II.1)
Scope of the procurement
Command & Control System
Reference number:
SOR1000732
35710000
-
Command, control, communication and computer systems
Supplies
II.1.4)
Short description
Nottinghamshire Police are procuring a new command and control system for use in the Force communications rooms and by officers across the force through a mobile and web based version.
** Please note:- Procurement Documentation ie. ITT will be available to download on the 16th March 2018.
II.1.5)
Estimated total value
Value excluding VAT: 7858170.00
GBP
II.1.6)
Information about lots
This contract is divided into lots:
no
II.2.2)
Additional CPV code(s)
32573000
-
Communications control system
35711000
-
Command, control, communication systems
35712000
-
Tactical command, control and communication systems
II.2.3)
Place of performance
NUTS code:
UKF -
EAST MIDLANDS (ENGLAND)
II.2.4)
Description of the procurement
Goods Description - Nottinghamshire police work daily across 5 rooms in 2 separate physical locations, with a 3rd training location. We also utilise command and control and ICCSs at 4 sports stadiums using a broadband connection back to force headquarters.
There is a requirement for the system to be fully MAIT compatible and integrate with various force systems as well as supporting access through a tri force data layer.
The contractor shall provide a service where Contract Participants can utilise the broad spectrum of activities associated with Emergency services use of Command and Control (CAD) software.
Functional requirements - Contractors will be expected to provide what Nottinghamshire Police considers to be the base functions of a command and control system. Additional features may be required through the full specification document and technical requirements.
Contractors will be expected to provide the below features:
• Caller Relationship Management
• Real Time Incident recording
• Incident management
• Incident despatch
• Real time resource management
• Real time Mapping showing resources and incidents
• Hot spot mapping
• Airwave and ESN integration for status messages & mapping information
• Incident transfer using MAIT protocols
• Business Contingency planning
• Alarm Monitoring with integrated alarm incident transfer from Alarm receiving centres
• Management of areas and sites of interest
• PNC Searching and PNC recording of information against incidents
• NICHE Integration
• Scheduled appointment service recorded against incidents
• Messaging system
• Back record conversion of existing incidents in the current platform
• User configured and system configured security
• Access through mobile devices and web based services for a thin client deployed versions across the force and dedicated feature rich terminals in the control room
Non-Functional Requirements
• The system must demonstrates that it is capable of working with sufficient performance adequate to meet the demands of a busy control room
• Security of system and incidents to ensure PSN accreditation
• Access control for users
• Archiving and retention to meet national requirements
• Integration with a data layer and access control model
• Full 24x7x365 support
• Systems supplied to be capable of working in a virtual environment with full resilience across dual sites
• Full audit capability on users and usage of the system
Goods Exclusions - The costs of hardware to be supplied by the force are not to be included in the costs submitted (however some indication of the equipment required to allow the force to get accurate costs is required.
Current activity / Service levels
The system will be scoped to support the creation of approx. 231,000 incidents a year
The costs will be split across:
• 112 full feature rich clients
• 8 administration clients
• 80 light clients for force wide incident management
• Approx. 900 mobile users
• Approx. 2000 web client users
This will be refined depending upon the product offered and does not include any training clients. This will be ESN compliant or be on a roadmap to be included in ESN compatibility.
The on costs and support costs will be included in the costs supplied for the system and will be reflective of a high demand 24x7x365 environment. It is expected that full details of the support costs for this level of cover and costs for year on year support will be included.
The contract term is an initial 7 years with the option to extend by 3, 12 month periods, totalling 120 months.
The assessment of this procurement will be conducted using Most Economical Advantageous Tender (MEAT) full details within ITT documents.
Please ensure your organisation has more than one employee with access to the EU Supply Portal to ensure you capture all communications that arise throughout the procurement process.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 7858170.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
120
This contract is subject to renewal:
no
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