Section one: Contracting authority
one.1) Name and addresses
Merseyside Police - Procurement Department
Police Headquarters, Rosehill, 15 Cazneau Street
Liverpool
L3 3AN
Contact
Amanda Dickson
amanda.dickson@merseyside.police.uk
Telephone
+44 1517771930
Country
United Kingdom
NUTS code
UKD7 - Merseyside
National registration number
N/A
Internet address(es)
Main address
http://www.merseyside.police.uk
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/32215
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=48076&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=48076&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
National Flight Matrix
Reference number
PCC/PD/273
two.1.2) Main CPV code
- 72300000 - Data services
two.1.3) Type of contract
Services
two.1.4) Short description
The Police and Crime Commissioner for Merseyside (PCC), as the contracting authority for Merseyside Police, seeks to appoint a supplier for the frequent provision of global aviation data to include the information elements outlined in this document and in the format specified on behalf of a National Policing Unit located within the Merseyside Police estate.
This information is required to enable the risk assessment of flights entering and leaving the UK through the National Flight Matrix (NFM) application (NFM App).
The proposed contract is for an initial 3 year period, with the option to extend for a further 1 + 1 years, all periods subject to confirmation and subject to performance, value for money and ongoing operational requirements.
It is proposed that the contract will commence on 1 February 2023.
The contract is for a service provision for Merseyside Police only and will not be open to other Police Forces.
two.1.5) Estimated total value
Value excluding VAT: £330,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72300000 - Data services
- 72310000 - Data-processing services
- 72314000 - Data collection and collation services
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
Main site or place of performance
Merseyside
two.2.4) Description of the procurement
The Police and Crime Commissioner for Merseyside (PCC), as the contracting authority for Merseyside Police, seeks to appoint a supplier for the frequent provision of global aviation data to include the information elements outlined in this document and in the format specified on behalf of a National Policing Unit located within the Merseyside Police estate.
This information is required to enable the risk assessment of flights entering and leaving the UK through the National Flight Matrix (NFM) application (NFM App).
The proposed contract is for an initial 3 year period, with the option to extend for a further 1 + 1 years, all periods subject to confirmation and subject to performance, value for money and ongoing operational requirements.
It is proposed that the contract will commence on 1 February 2023.
The contract is for a service provision for Merseyside Police only and will not be open to other Police Forces.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £330,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 February 2023
End date
31 January 2028
This contract is subject to renewal
No
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement 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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 July 2022
Local time
2:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 July 2022
Local time
2:00pm
Place
Tenders will be released automatically at the closing date and time
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Court of Justice, Strand
London
WC23A
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Alcatel will be honoured