Contract notice

Information

Published

Date of dispatch of this notice: 31/10/2016

Expire date: 30/11/2016

External Reference: 2016-466297

TED Reference: 2016/S 213-388019

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Metropolitan Police Service
n/a
Empress State Building, Lillie Road, Earls Court
Greater London
SW6 1TR
UK
Contact person: Kevin Murray
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
Main address: www.met.police.uk

I.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=17864&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Metropolitan Police Service - Digital Policing - Solution Provider Framework
Reference number:  SS3/16/110
II.1.2)

Main CPV code

72000000  -  IT services: consulting, software development, Internet and support
II.1.3)

Type of contract

Services
II.1.4)

Short description

MOPAC (acting as Police Authority for the MPS) is seeking to establish a Framework Agreement for the provision of services relating to end-to-end digital solutions that solve business problems. This will include IT services such as consulting, software development, Internet and support.
MOPAC is seeking to establish this Framework Agreement to be used by MPS as well as other Police Services in the UK including the Offices of the Police and Crime Commissioners (PCC’s), the GLA and its functional bodies.
II.1.5)

Estimated total value

Value excluding VAT: 350000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

72200000  -  Software programming and consultancy services
72210000  -  Programming services of packaged software products
72211000  -  Programming services of systems and user software
72212000  -  Programming services of application software
72212200  -  Networking, Internet and intranet software development services
72212220  -  Internet and intranet software development services
72212221  -  Internet browsing software development services
72212222  -  Web server software development services
72212224  -  Web page editing software development services
72212700  -  Software development services utilities
72220000  -  Systems and technical consultancy services
72224000  -  Project management consultancy services
72224100  -  System implementation planning services
72224200  -  System quality assurance planning services
72225000  -  System quality assurance assessment and review services
72226000  -  System software acceptance testing consultancy services
72227000  -  Software integration consultancy services
72230000  -  Custom software development services
72240000  -  Systems analysis and programming services
72241000  -  Critical design target specification services
72242000  -  Design-modelling services
72243000  -  Programming services
72244000  -  Prototyping services
72245000  -  Contract systems analysis and programming services
72246000  -  Systems consultancy services
72260000  -  Software-related services
72261000  -  Software support services
72262000  -  Software development services
72263000  -  Software implementation services
72264000  -  Software reproduction services
72265000  -  Software configuration services
72266000  -  Software consultancy services
72267000  -  Software maintenance and repair services
72267100  -  Maintenance of information technology software
72267200  -  Repair of information technology software
72268000  -  Software supply services
72400000  -  Internet services
72420000  -  Internet development services
72421000  -  Internet or intranet client application development services
72422000  -  Internet or intranet server application development services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK
II.2.4)

Description of the procurement

The Solution Provider Framework will establish a panel of Solution Providers from whom MPS and the other contracting authorities will procure end-to-end digital solutions that solve business problems mainly through mini-competitions (Call offs), with direct awards in specifically defined circumstances. The Framework will include providers capable of delivering complex, multi-phased, technologically advanced end-to-end digital solutions.
Solution Providers will be expected to bring knowledge, experience and functional expertise, which can be drawn upon flexibly to deal with and deliver digital services solutions as a part or as a whole project that meets MPS and the other contracting authorities' requirements.
This Framework is designed to enhance the MPS' current Solution Delivery supply chain. It will fill the gap between other Government Frameworks (e.g. G-Cloud) and lengthier, higher value, more complex procurements which would require the formal OJEU process, by providing a rapid route-to-market whilst still maintaining ongoing competitiveness.
It is expected that the MPS will commission approximately 10 projects each year (2 large, 4 medium and 4 small) with an average of 16 active projects at any given time.
The services MOPAC is seeking to be included in the Framework fall under the following general categories: Project Management, Solution Proposals, Detailed Solution Design, Build / Development, Business and Technical Analysis, Environment Management and 3rd Line Support.
The sorts of workloads which will be typically, but not exclusively put through the Framework are as follows:
• Bespoke Application Developments – primarily software based although they may have an aspect of hardware. Generally characterised by having requesting parties' specific requirements. A recent example which would fit this category would be the Automatic Number Plate Recognition system (ANPR) .
• Application Configuration using Commercial Off The Shelf (COTS) Solutions – where the business requirements can be wholly provided by currently available commercial software then a COTS solutions is relevant. These workloads will be characterised by a heavy reliance on the configuration aspects of deployment. A recent example of this sort of development would be the Intranet Content Management project.
• Software As A Service (SaaS) solution – is a software licensing and delivery model in which software is licensed on a subscription basis and is centrally hosted by a software provider. It is sometimes referred to as "on-demand software" and is typically accessed by users using a thin client via a web browser. An example of SaaS would be Microsoft’s Office 365 solution.
• Device and Software Development and Implementation - a combination of software and hardware, developed and configured together to provide a complete solution. They will generally be characterised by having requirements which are specific to the requesting party and not a generic solution which can be purchased then configured. A recent example which would fit this category is the Body Worn Video project.
• Integration Projects – developments which are primarily concerned with bringing together component subsystems so that they work as a co-ordinated whole. A recent example of an Integration Project would be the Emergency Services Network (ESN) Implementation.
• Application Development Enhancements – development work concerned with the enhancement, maintenance or updating of an existing Application. These will be classified as Major or Minor depending on the cost/time parameters. Examples of these developments would be the addition of new functionality to the CRIS or CRIMINT systems.
• Turnkey Infrastructure plus Software Implementations – A development which is created separately and presented as a complete package ready to be deployed into the MPS systems. An example would be the Internet Hosting and Content Mgt project.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 350000000.00  GBP
II.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:  
Any replacement framework will be procured under the relevant procurement regulations that are applicable at that time.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10  /  Maximum number: 15
Objective criteria for choosing the limited number of candidates:
The selection criteria are set out in the document containing the Standard Selection Questionnaire, available through the Bluelight e-tendering portal.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Full details of the background, scope and requirements can be found in the Solution Summary document available through the Bluelight e-tendering portal.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.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:  10
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: no
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2016/S 186-333786
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  30/11/2016
Local time:  17:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 16/12/2016
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.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)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
2020
VI.3)

Additional information

Full details of the background, scope and requirements can be found in the Solution Summary document available through the Bluelight e-tendering portal.
Contracting authorities are entitled to award contracts under the Framework at any point up to the end of the four year period, which means that a specific contract can extend beyond the lifespan of the Framework Agreement.
VI.4)

Procedures for review

VI.4.1)

Review body

Metropolitan Police Service
Empress State Building, Lillie Road, Earls Court
Greater London
SW6 1TR
UK

VI.5)

Date of dispatch of this notice

03/11/2016