Tender

Requirements Management System for Emergency Services Network (ESN)

  • Home Office - Public Safety Group, Emergency Services Mobile Communications Programme (ESMCP)

F02: Contract notice

Notice identifier: 2024/S 000-019850

Procurement identifier (OCID): ocds-h6vhtk-040e15

Published 28 June 2024, 3:53pm



Section one: Contracting authority

one.1) Name and addresses

Home Office - Public Safety Group, Emergency Services Mobile Communications Programme (ESMCP)

Clive House, 70 Petty France

London

SW1H 9EX

Contact

ESMCP Commercial Lead

Email

esmcpsupplier@homeoffice.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/home-office

Buyer's address

https://www.gov.uk/government/publications/the-emergency-services-mobile-communications-programme/emergency-services-network

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://homeoffice.app.jaggaer.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://homeoffice.app.jaggaer.com/

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://homeoffice.app.jaggaer.com/

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Requirements Management System for Emergency Services Network (ESN)

Reference number

project_709

two.1.2) Main CPV code

  • 72223000 - Information technology requirements review services

two.1.3) Type of contract

Services

two.1.4) Short description

SaaS Licences and Installation, Maintenance, and Training Services

The Emergency Services Mobile Communications Programme is seeking to procure a dedicated Requirements Management System for the purpose of managing and maintaining User Requirements and multiple many to many data relationships including relationships to testing and evidence.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 71600000 - Technical testing, analysis and consultancy services
  • 71620000 - Analysis services
  • 72222100 - Information systems or technology strategic review services
  • 72222200 - Information systems or technology planning services
  • 72222300 - Information technology services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

ESMCP requires a provider to provide a software tool that enables up to 10 ‘core’ users, for a minimum of 4 years to administer requirements within the system. The system must be capable of containing 2000 core user requirements which have a many-to-many relationship with ~40,000 supplier requirements. The system will have a core user base of <10 core users but will also have up to 20 users who will access the system solely to access customised dashboards for reporting purposes. The access for user reporting is flexible and open to discussion based on system functionality.

The requirements management system will be able to produce fully customisable reports designed by core users and made available to non-core users through customisable read only dashboards.

The Supplier's solution must reside solely within the UK with no data stored or transferred outside the UK.

The Initial Contract duration will be 4 years with 2 options to extend for a period of 12 months each.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

N/A

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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-031161

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

Date

31 July 2024

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

31 July 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

If you are interested in this opportunity you must register your interest by email via ESMCPSupplier@homeoffice.gov.uk to gain access to a Non-Disclosure Agreement which the Authority is utilising pursuant to Regulation 21(3) of the Regulations.

You must complete the NDA as soon as possible in order to access the eSourcing portal where the ITT Documents will be available. Note the date & time in the ITT.

Jaggaer ITT portal will contain the following documents:

Attachment 1 - Information for Providers

Attachment 2 - Specification of Requirements

Attachment 4 - Pricing Schedule

Attachment 5 - Mid-Tier Contract Core Terms

Attachment 6 - Mid-Tier Contract Schedules

Attachment 7 - Mid-Tier Contract Award Form

The successful supplier will subsequently have a direct contractual relationship with the Authority.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom