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
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
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