Contract notice

Information

Published

Date of dispatch of this notice: 09/10/2020

Expire date: 27/11/2020

External Reference: 2020-578385

TED Reference: 2020/S 200-486756

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Cheshire Constabulary for the PCC for Cheshire
N/A
Headquarters, Clemonds Hey, Oakmere Road,
Winsford, Cheshire
CW7 2UA
UK
Contact person: Laura Edwards
Telephone: +44 1606363853
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=33867&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

Business Services Futures Technology Platform
Reference number:  CPA/SPU/1400
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

The Police and Crime Commissioner for Cheshire (the “PCC”) and the Chief Constable of Cheshire (CC) are working on a Business Services Futures Programme that will require a supplier to provide a software solution, or combination of systems, which can provide the following areas of functionality;
• Finance and Procurement
• Purchase to pay
• HR
• Reporting
• Payroll Service
• Self Service including mobile working
• Distribution and Logistics
The solution will need to have the ability to interface/integrate with critical systems such as; duty management, force control, operational training.
The PCC and CC are looking to establish a Framework Agreement for this solution which may be utilised in the future by the parties specifically named in this Contract Notice.
The PCC and CC are open to expressions of interest from all suppliers including consortiums.
II.1.5)

Estimated total value

Value excluding VAT: 190000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

48400000  -  Business transaction and personal business software package
48440000  -  Financial analysis and accounting software package
48441000  -  Financial analysis software package
48442000  -  Financial systems software package
48443000  -  Accounting software package
48444000  -  Accounting system
48444100  -  Billing system
48445000  -  Customer Relation Management software package
48450000  -  Time accounting or human resources software package
48451000  -  Enterprise resource planning software package
48490000  -  Procurement software package
48517000  -  IT software package
48930000  -  Training and entertainment software package
48931000  -  Training software package
II.2.3)

Place of performance

Main site or place of performance:  
Winsford. CW7 2UA
II.2.4)

Description of the procurement

The Police and Crime Commissioner for Cheshire (the “PCC”) and the Chief Constable of Cheshire (CC) are working on a Business Services Futures Programme that will require a supplier to provide a software solution, or combination of systems, which can provide the following areas of functionality;
• HR
• Finance and Procurement
• Payroll Service
• Purchase to pay
• Reporting & Management Information
• Self Service & automation
• Distribution and Logistics
• Estates
The solution will need to have the ability to interface/integrate with critical systems such as; duty management, force control, operational training.
The PCC and CC are looking to establish a Framework Agreement for this solution which may be utilised in the future by the parties specifically named in this Contract Notice.
The PCC and CC are open to expressions of interest from all suppliers including consortiums.
The requirements include but are not restricted to the following:
• Reporting – PCC & CC requires data contained within systems to be extracted and used within its existing reporting infrastructure so that it can support the provision of real time data and analytics that provides the right information, to the right people, at the right time. The PCC & CC will not utilise bespoke or separate reporting systems operating directly over source systems. This is to ensure that data is incorporated within its existing reporting infrastructure so that its use can be maximised and it can be analysed with other operational and non-operational data,
• stringent security measures will be required to ensure the confidentiality, availability and integrity of all aspects of the solution (and service wrap) for data up to and including OFFICIAL-SENSITIVE. The Force is comfortable with cloud-based solutions, where the necessary security controls are in place.
• a solution that has the ability to be hosted in the cloud.
• a solution that is integrated/interfaced to meet current and future needs providing better, streamlined systems, aligning with the PCC's Business Services Futures Programme Principles,
• solution and integration services to configure, implement and support the solution,
• a solution that is fit for purpose for at least 20 years (8 year initial term with +3+3+3+3 extension) after implementation, that can be adapted to meet future needs as and when business or legislative requirements dictate,
• the solution must be scalable to meet increasing demanding which could be brought about by additional parties joining the framework and/or increased transactional volumes,
• a solution that interfaces with other systems currently in use within the Constabulary and it must be sufficiently flexible to meet any future interface requirements,
• a solution that has a self-service offering that is intuitive and user friendly,
• meet the business needs and support integrated end to end processes,
• deliver exceptional value for money whilst reducing any risk to the PCC and the CC,
• we are interested in the solution’s compatibility with the use of automation,
The Supplier will be responsible for:
• the overall definition and design of the technology solution in support of the business vision,
• assistance and advice with the transition of the systems, both new systems and any legacy systems which may also include data cleansing and migration,
• assistance and advice with the establishment of the roles and responsibilities for on-going support and maintenance including the provision of training and support materials,
• suppliers will be required to provide details of hardware and software requirements. The PCC and CC will retain the right to purchase these through existing agreements,
• the PCC and CC may require a managed service post implementation for some or all of the modules
• the supplier must be able to use ITIL based processes & industry based best practice
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Functional Requirements  /  Weighting:  30%
Quality criterion  -  Name:  Non-functional Requirements  /  Weighting:  20%
Quality criterion  -  Name:  Demonstration  /  Weighting:  10%
Quality criterion  -  Name:  Solution Overview  /  Weighting:  5%
Quality criterion  -  Name:  Social Value  /  Weighting:  10%
Price  -  Weighting:  25%
II.2.6)

Estimated value

Value excluding VAT: 190000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: 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
II.2.14)

Additional information

The estimated value stated in this Contract Notice (£190million) is the total estimated value assuming that all of the authorities named in this Notice implement a call-off contract for the full permitted contract term.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As set out in the tender documents
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As set out in the tender documents
Minimum level(s) of standards possibly required:  
As set out in the tender documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As set out in the tender documents
Minimum level(s) of standards possibly required:  
As set out in the tender 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
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:  20/11/2020
Local time:  12:00
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

Tender must be valid until:  31/10/2021
IV.2.7)

Conditions for opening of tenders

Date:  20/11/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

To express interest you will need to login. If you are not already registered on www.bluelight.gov.uk, you will need to return to the home page and click on the register company link in the supplier area box on the left. Registration is free of charge and your user name and password will be emailed to you.
The Police and Crime Commissioner is committed to equality and diversity in its service provision and will ensure compliance with all legislation covering anti-discrimination and assess suppliers’and service providers’ commitment to these aims and values.
Potential suppliers should note that the Contracting Authority reserves the right to cancel this procurement at any stage and not to award a Framework Agreement. If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier this does not mean that there is any guarantee of subsequent contracts being awarded.
Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgment of potential suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this framework between the supplier and the specific requesting other contracting body. Other contracting bodies may choose to purchase the total solution or modules of the solution.
In addition to Cheshire Constabulary, the framework agreement will also be open to the Police and Crime Commissioners associated to and/or the Authorities listed below:
West Midlands Fire & Rescue Authority, Cumbria Constabulary, Greater Manchester Police, Surrey Police, Sussex Police, British Transport Police, North Wales Police, Lancashire Constabulary, North Yorkshire Police, Cheshire Fire Authority and Dyfed Powys Police. Users of the framework agreement will have the right to choose to enter into a call off contract based on the law of England & Wales.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Manchester
UK