Contract award notice

Information

Published

Date of dispatch of this notice: 19/02/2020

External Reference: 2020-581154

TED Reference: 2020/S 038-091194

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

BCH Procurement (Representing The Police and Crime Commissioners for Bedfordshire, Cambridgeshire and Hertfordshire )
N/A
Royston Police Station, Melbourn Street
Royston
SG8 7BZ
UK
Contact person: Natasha Barlow
Telephone: +44 02074054600
Internet address(es):
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

The Provision of Digital Interview Recording
II.1.2)

Main CPV code

33120000  -  Recording systems and exploration devices
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Authority is seeking to establish a framework for the provision of a digital interview recording solution for police stations and other locations. The solution includes the software, associated equipment including cameras, microphones and recording devices, and storage facilities for recordings undertaken. The solution should not be bespoke and should be capable of supplementing with easily available hardware and devices.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

32330000  -  Apparatus for sound, video-recording and reproduction
32333000  -  Video recording or reproducing apparatus
32353000  -  Sound recordings
48517000  -  IT software package
II.2.3)

Place of performance

Main site or place of performance:  
The procurement is for a framework the services may be provided in any of the above areas depending on any call offs under the framework
II.2.4)

Description of the procurement

The procurement is seeking to appoint a single provider to a framework. The framework is for the provision of a Digital Interview Recording (DIR) solution. The solution shall include both the hardware and the software
elements of the solution and storage facilities. The framework shall be available to the participating authorities as listed below:
Bedfordshire Constabulary Cambridgeshire Constabulary Essex Constabulary
Kent Constabulary Hertfordshire Constabulary Norfolk Constabulary Suffolk Constabulary
The Participating Authorities may purchase a DIR solution through the Framework however there is no guarantee or warranty that any orders will be placed through the framework.
The total value of the solution for the maximum five period of the call off contracts across all seven forces is approximately £3.5m to £9m.
The purpose of the DIR Solution is to deliver an interview and storage solution that allows for future expansion and makes use of interoperability with current systems where processes benefit. The DIR Solution will provide a model that reduces the cost of the interview function and creates lean processes in respect of initial interview, user access, media sharing, media storage and appropriate deletion.
The specific scope of this project is to provide fixed and mobile interviewing to achieve the following aims:
1. To optimise the systems, structure and delivery of the interview and storage function across the policing arena which includes suspect interviews, in and out of custody, witness and victim interview (ABE) and mobile interviewing.
2. To create and maintain streamlined and secure processes in all areas of the workstream and to introduce automation where possible. This will include:
Creation of Audio/Audio Video interview at the user end point.
 Remote monitoring and viewing of interviews.
 Upload of the interview from fixed and agile locations.
 Access to the interview from the Central Repository.
 Secure sharing of the interview.
 MOPI classification and subsequent deletion.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Functional  /  Weighting:  25%
Quality criterion  -  Name:  Non-functional  /  Weighting:  25%
Cost criterion  -  Name:  Price  /  Weighting:  50%
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

The Framework Agreement shall be for four years. Any Call Off Contract shall be for a maximum duration of 3 years with a potential for up to 2 twelve month extensions.

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
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: 2019/S 177-431060

Section V: Award of contract

Contract No: 1

Title: The Provision of Digital Interview Recording

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section VI: Complementary information

VI.3)

Additional information

Following an internal review of the requirements set by the Forces in the procurement documentation, the Forces have identified a number of structural flaws that have not been addressed in the current specification and evaluation criteria and in consequence means the most economically advantageous tenderer (MEAT) cannot be identified. These are set out below:
(a) it has become apparent that the specification is inadequate in that it fails to sufficiently identify and inform economic operators as to the solution sought by the individual Forces. In consequence there was a lack of clarity and description. Those flaws have prevented economic operators from formulating and submitting tenders which were capable of corresponding to the solution sought by each of the Forces; and
(b) during the course of evaluation clear differences emerged in the needs of the two Forces which cannot be sufficiently satisfied by reason of (a) above; and
(c) if an award under the current procurement was made then such an award would prove not to be economically viable for one Force and that outcome is that Force’s ground for abandonment/not further participating in the procurement.
As a result of the above and pursuant to paragraph 15.1 of the Instructions to Tenderers (Volume 1), the Forces have made a decision to exercise their discretion to not award the Framework Agreement and to abandon the tender process.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Justice
Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

The High Court of Justice
Strand
London
WC2A 2LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Any applications to the court must be made in accordance with Part 3 (Remedies) of the Public Contracts Regulations 2015.
VI.4.4)

Service from which information about the review procedure may be obtained

Joint Procurement Unit for BCH
Royston Police Staiton, Melbourn St,
Royston
SG8 7BZ
UK