Tender

ICT Framework

  • The Police, Fire and Crime Commissioner for Northamptonshire

F02: Contract notice

Notice identifier: 2024/S 000-039511

Procurement identifier (OCID): ocds-h6vhtk-04a370

Published 6 December 2024, 6:51pm



Section one: Contracting authority

one.1) Name and addresses

The Police, Fire and Crime Commissioner for Northamptonshire

Darby House ,Darby Close ,Park Farm Industrial Estate

Wellingborough

NN8 6GS

Contact

Lucy Westley

Email

commercial@northants.police.uk

Country

United Kingdom

Region code

UKF25 - North Northamptonshire

Internet address(es)

Main address

https://northantspfcc.org.uk/landing/

Buyer's address

https://northamptonshire-opfcc.my.site.com/s/Welcome

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://northamptonshire-opfcc.my.site.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://northamptonshire-opfcc.my.site.com/s/Welcome

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

ICT Framework

two.1.2) Main CPV code

  • 72222300 - Information technology services

two.1.3) Type of contract

Services

two.1.4) Short description

The Police, Fire and Crime Commissioner for Northamptonshire, in collaboration with BlueLight Commercial, wishes to establish a multi Contractor framework agreement for the provision of ICT Goods and Services

two.1.5) Estimated total value

Value excluding VAT: £57,000,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1-ICT Strategic Partner

Lot No

1

two.2.2) Additional CPV code(s)

  • 72222100 - Information systems or technology strategic review services

two.2.3) Place of performance

NUTS codes
  • UKF25 - North Northamptonshire

two.2.4) Description of the procurement

The ICT Strategic Partner shall develop a relationship and understanding of a Contracting Body’s business, requirements and roadmap to help add value for the organisation.

There is an expectation that Contractors in this Lot will work alongside the Contracting Bodies to achieve growth, innovation and developments.

The Lead Contracting Body would consider bids from Contractors who are able to either provide strategic digital guidance and advice or who can provide strategic digital guidance and advice alongside purchasing and transaction activity

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: £10,000,000,000

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

two.2) Description

two.2.1) Title

Lot 10- Digital forensic extraction and examination tools

Lot No

10

two.2.2) Additional CPV code(s)

  • 48100000 - Industry specific software package

two.2.3) Place of performance

NUTS codes
  • UKF25 - North Northamptonshire

two.2.4) Description of the procurement

This Lot covers the provision of evidence extraction and evidence examination tools and, if required, associated services.  This Lot shall be split into 2 subcategories:
Evidence extraction tools
Evidence examination tools

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: £8,000,000,000

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

two.2) Description

two.2.1) Title

Lot 2-Hardware and associated services

Lot No

2

two.2.2) Additional CPV code(s)

  • 44316400 - Hardware

two.2.3) Place of performance

NUTS codes
  • UKF25 - North Northamptonshire

two.2.4) Description of the procurement

This Lot covers the provision of Hardware and, if required, associated 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: £8,000,000,000

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

two.2) Description

two.2.1) Title

Lot 3- Software and associated services

Lot No

3

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKF25 - North Northamptonshire

two.2.4) Description of the procurement

This Lot covers the provision of Software and, if required, associated services. The Contractor must be able to provide a full range of commoditised and commercial software from different vendors, to include, but not limited to open-source licences, COTS licences, Software as a Service (SaaS), operating systems, middleware, utilities and information security software. 

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: £8,000,000,000

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

two.2) Description

two.2.1) Title

Lot 4- Hardware, software and associated services

Lot No

4

two.2.2) Additional CPV code(s)

  • 44316400 - Hardware

two.2.3) Place of performance

NUTS codes
  • UKF25 - North Northamptonshire

two.2.4) Description of the procurement

This lot covers the provision of hardware and software and associated services. Bidders wishing to bid for this lot must also bid for Lots 2 and 3.

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: £8,000,000,000

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

two.2) Description

two.2.1) Title

Lot 5- ICT Professional Services

Lot No

5

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UKF25 - North Northamptonshire

two.2.4) Description of the procurement

This Lot covers the provision of ICT Professional Services. Services offered under the framework include but are not limited to Forecasting, planning and strategy , Programme & Project management ,Business case development , Operational modelling,Commissioning Services ,Risk and opportunity management ,Capability development,Transformation, change and assurance ,Policy advice and review , Economics, analysis and research 

IT Health check services

Infrastructure review

Security review and provisioning

Product development

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: £2,000,000,000

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

two.2) Description

two.2.1) Title

Lot 6- ICT Training

Lot No

6

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKF25 - North Northamptonshire

two.2.4) Description of the procurement

This Lot covers the provision of Training Services. Contractors should have the ability to provide the following services,Off the shelf training, Bespoke training and Training needs analysis based on staff experience and roles. The following subcategories are included in this Lot; IT training, data training and project management training.

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: £2,000,000,000

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

two.2) Description

two.2.1) Title

Lot 7- Financial Data and Intelligence Solutions

Lot No

7

two.2.2) Additional CPV code(s)

  • 48441000 - Financial analysis software package

two.2.3) Place of performance

NUTS codes
  • UKF25 - North Northamptonshire

two.2.4) Description of the procurement

This Lot covers a requirement for Financial, Data and Associated Information Solutions and Intelligence Analytical/Analysis Solutions.

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: £2,000,000,000

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

two.2) Description

two.2.1) Title

Lot 8- IT Recycling and disposal

Lot No

8

two.2.2) Additional CPV code(s)

  • 90513000 - Non-hazardous refuse and waste treatment and disposal services

two.2.3) Place of performance

NUTS codes
  • UKF25 - North Northamptonshire

two.2.4) Description of the procurement

This Lot covers the provision of IT Recycling & Disposal Services. The Contractor must be able to provide the following services IT product recycling services, IT hardware recycling, data deletion, data wiping and disposal services including secure disposal, asset tracking and recording during the process, on site shredding, secure collection, asset audit reporting, certified data erasure services, shredding and degaussing, product destroying, IT products and hardware resale and remarketing (where possible), Identification of donation routes of erased devices and recycling of devices to environmental standards.

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: £1,000,000,000

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

two.2) Description

two.2.1) Title

Lot 9- Enabling Services Systems

Lot No

9

two.2.2) Additional CPV code(s)

  • 48100000 - Industry specific software package

two.2.3) Place of performance

NUTS codes
  • UKF25 - North Northamptonshire

two.2.4) Description of the procurement

This Lot covers the provision of Enabling Services Systems Enabling Services Systems which can be tendered under the framework include HR Systems, PDR Systems, Financial Systems, Payroll Systems, Expenses Systems, Inventory Systems, Asset and Compliance Management Systems, Planning and Duty Management Systems, Recruitment Systems,Procurement Systems,Fleet Management Systems, AP automation systems and ERP end to end Systems

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: £8,000,000,000

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

Please see requirements in the tender pack

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

Performance conditions are detailed in the tender pack


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: 150

In the case of framework agreements, provide justification for any duration exceeding 4 years:

No justification as length is 48 months

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-030921

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

Date

10 January 2025

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

24 January 2025

Local time

12:00pm

Place

Darby House, Darby Close Wellingborough

Information about authorised persons and opening procedure

Tenders shall be opened following the midday deadline by the procurement lead for the tender.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The Police, Fire and Crime Commissioner for Northamptonshire

Darby House ,Darby Close ,Park Farm Industrial Estate

Wellingborough

NN8 6GS

Email

commercial@northants.police.uk

Country

United Kingdom

Internet address

https://northantspfcc.org.uk/landing/