Tender

Case Management Solution for ACRO

  • Thames Valley Police

F02: Contract notice

Notice identifier: 2022/S 000-035918

Procurement identifier (OCID): ocds-h6vhtk-032dd3

Published 19 December 2022, 5:39pm



Section one: Contracting authority

one.1) Name and addresses

Thames Valley Police

Police HQ North, Meadow House, The Boulevard, Lang

Kidlington, Oxon

OX5 1NZ

Contact

Daniel Penny

Email

daniel.penny@thamesvalley.police.uk

Telephone

+44 1865000000

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

VAT – GB 180 5571 07

Internet address(es)

Main address

www.thamesvalley.police.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/32823

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=58333&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=58333&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

Case Management Solution for ACRO

Reference number

TVP00713

two.1.2) Main CPV code

  • 72212600 - Database and operating software development services

two.1.3) Type of contract

Services

two.1.4) Short description

ACRO Criminal Records Office (ACRO) is a national police unit governed by the National Police Chief’s Council (NPCC) and hosted by Hampshire Constabulary, working for safer communities and leading in criminal record exchange both nationally and internationally.

We provide a range of services that deliver operational benefits to law enforcement and public protection organisations. We also deliver bespoke certificate processes to the general public to support immigration and work visa processes.

ACRO are seeking suitable providers to deliver Case Management solutions to a number of core business functions within ACRO. This specification outlines requirements with the aim to innovate and streamline existing business processes, to deliver continuous improvement and efficiencies, as well as providing opportunities for growth to deliver new products and services.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48600000 - Database and operating software package
  • 48610000 - Database systems
  • 48611000 - Database software package
  • 48612000 - Database-management system
  • 72212600 - Database and operating software development services
  • 72212610 - Database software development services
  • 72320000 - Database services
  • 72321000 - Added-value database services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Portsmouth

two.2.4) Description of the procurement

ACRO Criminal Records Office (ACRO) is a national police unit governed by the National Police Chief’s Council (NPCC) and hosted by Hampshire Constabulary, working for safer communities and leading in criminal record exchange both nationally and internationally.

We provide a range of services that deliver operational benefits to law enforcement and public protection organisations. We also deliver bespoke certificate processes to the general public to support immigration and work visa processes.

ACRO are seeking suitable providers to deliver Case Management solutions to a number of core business functions within ACRO. This specification outlines requirements with the aim to innovate and streamline existing business processes, to deliver continuous improvement and efficiencies, as well as providing opportunities for growth to deliver new products and services.

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: £5,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

as described in tender document

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

As described in tender documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

As described in tender documents

Minimum level(s) of standards possibly required

As described in tender documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

As described in tender documents

Minimum level(s) of standards possibly required

As described in tender documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As described in tender 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: 2022/S 000-010039

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

Date

8 February 2023

Local time

12:05pm

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

8 February 2023

Local time

12:05pm


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.3) Additional information

contained in tender document

six.4) Procedures for review

six.4.1) Review body

Crimincal Records Authority

Portsmouth

PO14 9FS

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

All in tender documents