Section one: Contracting authority
one.1) Name and addresses
Police and Crime Commissioner for North Wales Police & North Wales Police
Force Headquarters, Glan-y -don, Abergele Road,
Colwyn Bay, North Wales
LL29 8AW
Contact
Patricia Strong
patricia.strong@nthwales.pnn.police.uk
Telephone
+44 1492804247
Country
United Kingdom
NUTS code
UKL - Wales
National registration number
n/a
Internet address(es)
Main address
http://www.north-wales.police.uk
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/33183
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=41032&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=41032&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
Electronic Quality Management System (EQMS) and Content Management System (CMS) for Forensic Collision Investigators' (FCIN)
Reference number
FCIN 001
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
This procurement is for a electronic Quality Management System (eQMS) and a Case Management System (CMS). The Supplier can deliver the requirements, either in a single system that can meet all the requirements, or in 2 separate systems that can be connected through public Application Programming Interface (API).
The Supplier MUST demonstrate how the system supports the functions required for FCIN to be compliant with the latest version of the Forensic Science Regulator's Codes of Practice and Conduct FSR-C-100, and how they will maintain this on an ongoing basis.
For the period of three years with the possibility of being extended for an additional four years
Contract Start Date: To be agreed with the successful Supplier but no later than June 2022
two.1.5) Estimated total value
Value excluding VAT: £500,000
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
- UKL - Wales
Main site or place of performance
LL29 8AW
two.2.4) Description of the procurement
This procurement is for a electronic Quality Management System (eQMS) and a Case Management System (CMS). The Supplier can deliver the requirements, either in a single system that can meet all the requirements, or in 2 separate systems that can be connected through public Application Programming Interface (API).
The Supplier MUST demonstrate how the system supports the functions required for FCIN to be compliant with the latest version of the Forensic Science Regulator's Codes of Practice and Conduct FSR-C-100, and how they will maintain this on an ongoing basis.
For the period of three years with the possibility of being extended for an additional four years
Contract Start Date: To be agreed with the successful Supplier but no later than June 2022
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: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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.1.2) 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.2.2) Time limit for receipt of tenders or requests to participate
Date
1 February 2022
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
1 February 2022
Local time
12:00pm
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.4) Procedures for review
six.4.1) Review body
Legal Services NWP
Colwyn Bay
LL29 8AW
Country
United Kingdom