Section one: Contracting authority
one.1) Name and addresses
Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire
Headquarters, Clemonds Hey, Oakmere Road,
Winsford, Cheshire
CW7 2UA
Contact
Laura Edwards
laura.edwards@cheshire.pnn.police.uk
Telephone
+44 1606363853
Country
United Kingdom
NUTS code
UKD6 - Cheshire
National registration number
N/A
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/33132
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=46598&B=BLUELIGHT
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=46598&B=BLUELIGHT
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of a Digital Evidence Management System
Reference number
CPA/SPU/1683P
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Police and Crime Commissioner for Cheshire (the “PCC”) and the Chief Constable of Cheshire (CC) are working on a project to implement a reliable and robust Digital Evidence Management System (DEMS) to support the investigative process and best evidence to support prosecutions.
The DEMS should be capable of ingesting, processing, and delivering playable digital media from multiple sources.
It is important that PCC and CC are able to gather, review and action media quickly. The agreed service levels should be consistently maintained.
The new system should have a proven and established ability to integrate with third party policing systems and meet the Design Principles Digital Evidence Sharing Blueprint.
The DEMs will provide a direct digital secure interface with the Crown Prosecution Service (CPS) and other key recognised criminal justice practitioners for digital evidence sharing.
two.1.5) Estimated total value
Value excluding VAT: £3,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48100000 - Industry specific software package
- 48170000 - Compliance software package
- 48600000 - Database and operating software package
- 48610000 - Database systems
- 48611000 - Database software package
- 48612000 - Database-management system
- 48613000 - Electronic data management (EDM)
- 48614000 - Data-acquisition system
- 48900000 - Miscellaneous software package and computer systems
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UKD6 - Cheshire
- UK - United Kingdom
Main site or place of performance
Winsford. CW7 2UA
two.2.4) Description of the procurement
The Police and Crime Commissioner for Cheshire (the “PCC”) and the Chief Constable of Cheshire (CC) are working on a project to implement a reliable and robust Digital Evidence Management System (DEMS) to support the investigative process and best evidence to support prosecutions.
The new DEMS will provide capabilities and functionality currently unavailable to officers and investigators and represents an opportunity to modernise its end to end criminal justice process (from point of initial investigation through to positive justice outcome) and in doing so provide a range of business benefits.
The DEMS should be capable of ingesting, processing and delivering playable digital media from multiple sources. The system should allow for simultaneous working with multiple users logging in, searching, accessing, media playback, editing and exporting of evidence in a highly reliable, auditable and timely manner. This functionality is required if the media has been grouped under one case with multiple users being able to access the case and work with the media simultaneously.
It is important that PCC and CC are able to gather, review and action media quickly. The agreed service levels should be consistently maintained.
The new system should have a proven and established ability to integrate with third party policing systems e.g. Records Management System, Command and Control, Digital Video Interview Recording and meet the Design Principles Digital Evidence Sharing Blueprint.
The DEMs will provide a direct digital secure interface with the Crown Prosecution Service (CPS) and other key recognised criminal justice practitioners for digital evidence sharing, significantly reducing the volume of manual activities and discs produced. This will lead to a reduction of risk to the Force (data breaches) and efficiency savings (reduced time spent burning and transporting discs).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 55%
Quality criterion - Name: Demonstration / Weighting: 15%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
7 September 2022
End date
6 September 2027
This contract is subject to renewal
Yes
Description of renewals
Following the initial 5 year term the contract can be extended for two periods of three years and 2 years respectively.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As set out in the tender documents
three.1.2) Economic and financial standing
List and brief description of selection criteria
As set out in the tender documents
Minimum level(s) of standards possibly required
As set out in the tender documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
As set out in the tender documents
Minimum level(s) of standards possibly required
As set out in the tender documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 July 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
1 July 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court
Manchester
Country
United Kingdom