Contract award notice

Information

Published

Date of dispatch of this notice: 05/02/2021

External Reference: 2021-591522

TED Reference: 2021/S 028-070682

Contract award notice

Contract award notice

Results of the procurement procedure

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.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

Supplies
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.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  50000000.00  GBP
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

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  65
Cost criterion  -  Name:  Price  /  Weighting:  35
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 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 : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 200-486279

Section V: Award of contract

Contract No: 1

Title: Critical Communications Infrastructure Framework

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

20/12/2020
V.2.2)

Information about tenders

Number of tenders received:  2
Number of tenders received from SMEs:  0
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  2
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Airwave Solutions Ltd
03985643
Nova South, 160 Victoria Street
London
SW1E5LB
UK

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  50000000.00  GBP

Section VI: Complementary information

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