Tender

The Provision of A Command and Control System

  • South Wales Police

F02: Contract notice

Notice identifier: 2021/S 000-029928

Procurement identifier (OCID): ocds-h6vhtk-02fc5e

Published 2 December 2021, 11:24am



Section one: Contracting authority

one.1) Name and addresses

South Wales Police

Police Headquarters, Cowbridge Road

Bridgend

CF31 3SU

Contact

alyson howe

Email

alyson.howe@south-wales.police.uk

Telephone

+44 1656869409

Country

United Kingdom

NUTS code

UKL17 - Bridgend and Neath Port Talbot

Internet address(es)

Main address

www.south-wales.police.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0583

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://etenderwales.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/

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

The Provision of A Command and Control System

Reference number

File Ref 709

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

The Police and Crime Commissioners for South Wales and Gwent require a Contractor to provide a solution to allow the Forces to operate from a collaborative control room system including an Integrated Communication Control System (ICCS) platform that shall be compatible with current Force operating models. This will be operate as a Framework Agreement, which is open to South Wales Police, Gwent Police, North Wales Police, Dyfed Powys Police, Mid and West Wales Fire and Rescue Service and South Wales Fire and Rescue Service. South Wales Police and Gwent Police will place an immediate requirement at contract award for the provision of the System to be operated for an initial 7 years, with the option to extend for another 3 years (i.e. up to 10 years in total). The approximate value is based on all parties listed calling off from the framework.

two.1.5) Estimated total value

Value excluding VAT: £50,593,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 42961000 - Command and control system

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Gwent and South Wales Police Premises, under the immediate call off contract and the premises of other named parties if call off contracts are placed under the Framework.

two.2.4) Description of the procurement

The contract is a 4 year framework agreement where call off contracts of up to 10 years shall be placed immediately following award of contract by Gwent and South Wales Police.

The System shall be implemented via a phased approach. South Wales Police shall be transitioned first, followed by Gwent Police. Both Forces shall be live in accordance with ESN Control Room readiness milestone, as defined in the Emergency Services Mobile Communications Programme Business Case Version 9F.

The System shall allow for the future proofing of the control room environment in support of current national digital programmes, including but not limited to ESN.

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

Yes

Description of renewals

The contract is a 4 year framework agreement where call off contracts of up to 10 years shall be placed immediately following award of contract by Gwent and South Wales Police.

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

The System shall be fully integrated (including CAD, ICCS, telephony and mapping elements) via a single user interface.

The system shall be capable of API integration.

The System shall be presently integrated with Niche RMS, providing both person and vehicle search functionality.

The System shall be presently integrated to PNC, providing both person and vehicle search functionality.

The System / supplier shall be contracted with the Home Office to meet the needs / requirements of ESN.

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

See tender documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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 several operators

Envisaged maximum number of participants to the framework agreement: 6

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

14 January 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

four.2.7) Conditions for opening of tenders

Date

17 January 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=116159

(WA Ref:116159)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom