Opportunity

Dynamic decision and Case Management System

  • Police Digital Service

F02: Contract notice

Notice reference: 2023/S 000-018018

Published 23 June 2023, 4:54pm



The closing date and time has been changed to:

31 July 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Police Digital Service

20 Gresham Street,

LONDON

EC2V 7JE

Contact

Victoria Barton

Email

victoria.barton@pds.police.uk

Telephone

+44 7890917474

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

08113293

Internet address(es)

Main address

http://pds.police.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/94392

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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=69942&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=69942&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

Dynamic decision and Case Management System

Reference number

PDSCN-165-2022

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

Dynamic decision and Case Management System (Previously referred to as National Policing Proactive Information and Recording Management Solution (NP21RM)). This procurement is for a single supplier Framework Agreement providing an interoperable ICT solution for Law Enforcement organisations within proactive investigations/operations.

Capabilities will include, but not limited to;

- End-to-end case management.

- Decision logging

- Decision support

- Synergistic Capability

Suppliers are required to meet the security and qualification requirements to enable access to the documentation.

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Police Digital Service intends to implement a Framework Agreement (via a Competitive Procedure with Negotiation) which allows police forces, other law enforcement agencies and public bodies to call off the services. The high-level requirements include, but are not limited to, the following:

(i) Business application development – (development of new applications, integration with existing systems and interfaces with external systems);

(ii) Business application/s support and maintenance – (support and maintenance of production application systems, business continuity management, upgrades to applications resulting from technology changes);

(iii) Desktop services - (end to end desktop managed service, virtual desktop infrastructure, virtual and thin solutions, remote access, integration and interface management between third party desktop provided services and other services provided under this PIN);

(iv) System integration (service management, service desk/helpdesk, event management, incident management, problem management, request fulfilment, common service operations, access management, application support management, ICT facilities management, change management, configuration management, knowledge management, release planning, release management, service catalogue management, service level management, capacity management, availability management, service continuity, information security management, supplier management and network management);

and

(v) Provision of Hardware and Commercial Off the Shelf (COTS) Software – (licensing of proprietary or open-source software including underlying database systems, maintenance, provision of third-party items, configuration and implementation services).

Scope of project across UK policing, wider law enforcements and its partners.

These capabilities and services are envisioned to be introduced, in one coherent solution, across proactive police operations i.e. planned, deliberate investigations/operations which may include, but not limited to the following:

- Serious Organised Crime (SOC) investigations and associated operations at all levels (force, regional and national) including the sensitive intelligence network;

- Counter Terrorism Policing investigations and associated operations at all levels (force, regional and national);

- Fugitive/manhunt investigations and associated operations at all levels (force, regional and national);

- Kidnap/crime in action response investigations and associated operations at all levels (force, regional and national);

- Cyber incidents and investigations/operations across the ROCU Cybercrime Units and Force Cybercrime Units in UK policing; and

- Any planned operation where there is a clear or implied threat to life (TTL) in which the operation invokes a response under Article 2 of the Human Rights Act 1998, placing an obligation on law enforcement agencies to take reasonable steps to protect a person whose life is in 'Real and Immediate Danger’.

Over the duration of the agreement scope may change to meet legislative and/or policy changes. Hosting of the solution is to be determined please refer to the Tender documents. All estimated values in this notice include all hosting costs, however the final requirements will be provided within the documentation.

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: £30,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

The duration stated above is the maximum Framework term and includes options to extend.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

This is the number of Bidders who we intend to invite to submit initial Tenders, that is subject to Bidders meeting the Selection Criteria as set out in the SQ.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement term is 7 years, part of the 7 years will be the Development Period and the Trial Year. There is an option for the Company to extend the Framework by up to 3 years.

Call-Off Contract term is for 6 years, for early adopting forces 1 year of the 6 year term will be the Trial Year.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Suppliers are required to meet the security requirements;

Vetting –to have a minimum of either current NPPV3 or SC clearance issued by the Warwickshire Police National Contractor Vetting Scheme (NCVS), evidence of which must be provided prior to the NDA being issued.

NDA – must be signed and returned. On receipt the Bidder will be provided access to the relevant tender pack.


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

Selection criteria as stated in the procurement documents

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Suppliers are required to meet the security requirements;

Vetting –to have a minimum of either current NPPV3 or SC clearance issued by the Warwickshire Police National Contractor Vetting Scheme (NCVS), evidence of which must be provided prior to the NDA being issued.

NDA – must be signed and returned. On receipt the Bidder will be provided access to the relevant tender pack.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

This is a complex IT solution with an estimated development and implementation stage of approximately 2-3 yrs, with multiple organisations having the ability to utilise this Framework Agreement. Therefore, to ensure commercial viability the Framework term will be 7 years with the option to extend for a further 3 years.

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-556869

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

24 July 2023

Local time

12:00pm

Changed to:

Date

31 July 2023

Local time

12:00pm

See the change notice.

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

18 August 2023

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: 9 (from the date stated for receipt of tender)


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.3) Additional information

The procurement is in support of a project vision of:

"A consistent, robust and trusted approach to complete case management, contemporaneous recording of decision-making and operational responses for all UK police forces and nationally coordinated law enforcement structures that are charged with conducting operations where the threat to public and officer safety may be high. This initiative will focus on the end user of intelligence and wider situational awareness that supports effective decision-making."

This procurement will also support the wider Police Digital Strategy 2030 and be an enabler of "aligning around a national vision for police data and technology. This will be borne from the architectural principles we apply, and will guide our investments."

Documents will be restricted view for those individuals who have met the minimum stated security requirements. Should suppliers withdraw from the process at any stage, all documentation must be securely disposed of and confirmation provided via EU Supply (Bluelight)

ALL communication regarding the NDA and security vetting MUST be sent to Commercial@pds.police.uk FAO Victoria Barton REF: DDaCS 75881

All communication regarding all other matters MUST be sent via EU Supply (Bluelight) messaging

NB: NO OTHER FORM OF COMMUNICATION WILL BE ACCEPTED FOR THIS STAGE OF THE OPPORTUNITY.

Bidders who have already provided an updated NDA and vetting status as part of the pre-procurement market engagement are not required to resubmit this evidence.

six.4) Procedures for review

six.4.1) Review body

High Court

7 Rolls Building, Fetter Lane

London

EC4A 1NL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Bidders should refer to Clause 35 of the Draft Terms and conditions.