Contract notice

Information

Published

Expire date: 01/07/2022

External Reference: 2022-511153

FTS Reference: 2022-014972

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire
N/A
Headquarters, Clemonds Hey, Oakmere Road,
Winsford, Cheshire
CW7 2UA
UK
Contact person: Laura Edwards
Telephone: +44 1606363853
NUTS code:  UKD6 -  Cheshire
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=46598&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

Provision of a Digital Evidence Management System
Reference number:  CPA/SPU/1683P
II.1.2)

Main CPV code

48000000  -  Software package and information systems
II.1.3)

Type of contract

Supplies
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 project to implement a reliable and robust Digital Evidence Management System (DEMS) to support the investigative process and best evidence to support prosecutions.
The DEMS should be capable of ingesting, processing, and delivering playable digital media from multiple sources.
It is important that PCC and CC are able to gather, review and action media quickly. The agreed service levels should be consistently maintained.
The new system should have a proven and established ability to integrate with third party policing systems and meet the Design Principles Digital Evidence Sharing Blueprint.
The DEMs will provide a direct digital secure interface with the Crown Prosecution Service (CPS) and other key recognised criminal justice practitioners for digital evidence sharing.
II.1.5)

Estimated total value

Value excluding VAT: 3000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

48100000  -  Industry specific software package
48170000  -  Compliance software package
48600000  -  Database and operating software package
48610000  -  Database systems
48611000  -  Database software package
48612000  -  Database-management system
48613000  -  Electronic data management (EDM)
48614000  -  Data-acquisition system
48900000  -  Miscellaneous software package and computer systems
72000000  -  IT services: consulting, software development, Internet and support
II.2.3)

Place of performance

NUTS code:  UKD6 -  Cheshire
NUTS code:  UK -  UNITED KINGDOM
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 project to implement a reliable and robust Digital Evidence Management System (DEMS) to support the investigative process and best evidence to support prosecutions.
The new DEMS will provide capabilities and functionality currently unavailable to officers and investigators and represents an opportunity to modernise its end to end criminal justice process (from point of initial investigation through to positive justice outcome) and in doing so provide a range of business benefits.
The DEMS should be capable of ingesting, processing and delivering playable digital media from multiple sources. The system should allow for simultaneous working with multiple users logging in, searching, accessing, media playback, editing and exporting of evidence in a highly reliable, auditable and timely manner. This functionality is required if the media has been grouped under one case with multiple users being able to access the case and work with the media simultaneously.
It is important that PCC and CC are able to gather, review and action media quickly. The agreed service levels should be consistently maintained.
The new system should have a proven and established ability to integrate with third party policing systems e.g. Records Management System, Command and Control, Digital Video Interview Recording and meet the Design Principles Digital Evidence Sharing Blueprint.
The DEMs will provide a direct digital secure interface with the Crown Prosecution Service (CPS) and other key recognised criminal justice practitioners for digital evidence sharing, significantly reducing the volume of manual activities and discs produced. This will lead to a reduction of risk to the Force (data breaches) and efficiency savings (reduced time spent burning and transporting discs).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  55%
Quality criterion  -  Name:  Demonstration  /  Weighting:  15%
Price  -  Weighting:  30%
II.2.6)

Estimated value

Value excluding VAT: 3000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 07/09/2022  /  End: 06/09/2027
This contract is subject to renewal: yes
Description of renewals:  
Following the initial 5 year term the contract can be extended for two periods of three years and 2 years respectively.
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.1.1)

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.1.8)

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:  01/07/2022
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

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  01/07/2022
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Manchester
UK