Section one: Contracting authority
one.1) Name and addresses
South Wales Police
Police Headquarters, Cowbridge Road
Bridgend
CF31 3SU
Contact
alyson howe
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
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