Contract notice

Information

Published

Date of dispatch of this notice: 11/10/2019

Expire date: 06/01/2020

External Reference: 2019-518269

TED Reference: 2019/S 200-486279

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Police and Crime Commissioner for West Yorkshire
n/a
Ploughland House,
West Yorkshire,
WF1 1DL
UK
Contact person: Lynne Allen
Internet address(es):
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=29666&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

Critical Communications Infrastructure Framework
Reference number:  2018-1849
II.1.2)

Main CPV code

32000000  -  Radio, television, communication, telecommunication and related equipment
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Police & Crime Commissioner for West Yorkshire is establishing a framework for a period of 5 years for the North East Police & Fire Services. The framework will be established with one strategic partner to configure, implement and support the full end-to-end solution.
The following systems are to be replaced/introduced:
1. Integrated Communication Control System
2. Critical Telephony infrastructure
3. Call recording system
4. Customer Relationship Management system
5. Ongoing support and maintenance for legacy systems
6. Solution integration services to configure, implement & support the entire solution
Interested suppliers should note that the statement of requirements has been created based upon the West Yorkshire Police (WYP) requirements. Participating Authorities shall require their own proposal to be created based on their individual infrastructure, although the core components shall be the same.
II.1.5)

Estimated total value

Value excluding VAT: 50000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

48000000  -  Software package and information systems
II.2.3)

Place of performance

Main site or place of performance:  
West Yorkshire, WF1 1DL
II.2.4)

Description of the procurement

The Police and Crime Commissioner for West Yorkshire (PCC) has identified a need to replace the below listed technology and have elected to establish a framework for a period of 5 years for the North East Police & Fire Services. It is intended that the framework will be established with one strategic partner to configure, implement and support the full end-to-end solution.
The following systems are to be replaced/introduced:
1. Integrated Communication Control System (ICCS)
2. Telephony infrastructure (Critical Telephony)
3. Call recording system
4. Customer Relationship Management (CRM) system
5. Ongoing support and maintenance for legacy systems when the current support expires
6. Solution integration services to configure, implement and support the entire solution
The above infrastructure is critical to the Force’s ability to answer and respond to 999 and 101 calls. The telephony infrastructure allows the Force to receive 999 and 101 calls and route it to desks which agents are sat at. The ICCS system allows despatchers to task officers over the Airwave radio network and the call recording system ensures that all 999,101 and despatch communications are recorded in case they are needed for evidential purposes or for clarification on information that has been received. The CRM is used to capture all content in the organisation enabling the effective management of all face-to-face digital and telephony interactions. Support shall be needed for legacy systems whilst implementation progresses.
Interested suppliers should note that the statement of requirement has been created based upon the West Yorkshire Police (WYP) requirements. Participating Authorities shall require their own proposal to be created based on their individual infrastructure, although the core components shall be the same.
Further information can be obtained within the tender pack, bidders are encouraged to ensure they understand all aspects of the tender pack prior to submitting a bid.
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: 50000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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

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

Open 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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:  Due to the technical nature of the procurement and the critical business impact surrounding implementation of the suite of products to both internal employees and members of the public, the decision making process required to replace the critical infrastructure is anticipated to be extensive. It has therefore been agreed that the framework will be for a period of 5 years.
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  25/11/2019
Local time:  09:00
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)
IV.2.7)

Conditions for opening of tenders

Date:  25/11/2019
Local time:  09:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The Police and Crime Commissioner for West Yorkshire Police (PCC) is tendering for the provision of Critical Communications Infrastructure.
The resulting Framework Agreement will be available for use by the North East Regional Police Forces and the North East Regional Fire & Rescue Services in the United Kingdom. For Further information follow the links below:
www.justiceinspectorates.gov.uk/hmic/
The PCC expressly reserves the right:
a) not to award a Framework Agreement as a result of the procurement process commenced by publication of this notice; and
b) to make whatever changes it may see fit to the content and structure of the tendering competition: and in no circumstances will the PCC be liable for any costs incurred by the Tenderers. If the PCC decides to enter into a Framework Agreement with the successful supplier, this does not mean that there is any guarantee of any subsequent call-off contracts being awarded. Any expenditure work or effort undertaken prior to Framework Agreement award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework Agreement between the supplier and the specific requesting other contracting body.
The duration referenced in Section 11.2.7 is for placing Call-Off Contracts.
The value provided in Sections 11.1.5 and 11.2.6 is only an estimate. The PCC cannot guarantee to the supplier any business through this Framework Agreement.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of England and Wales
7 Rools Buildings, Fetter Lane
London
EC4A 1NL
UK
Internet address: http://www.judiciary.gov.uk