Contract notice

Information

Published

Expire date: 17/05/2023

External Reference: 2023-511100

FTS Reference: 2023-010815

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Greater Manchester Combined Authority - Greater Manchester Police
GB 183 0464 15
Openshaw Complex, Lawton Street, Openshaw
Manchester
M11 2NS
UK
Contact person: Ali Cordrey
Telephone: +44 1618561333
NUTS code:  UKD3 -  Greater Manchester
Internet address(es):
Main address: www.gmp.police.uk

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=60400&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

Police Records Management System (RMS)
Reference number:  A0899
II.1.2)

Main CPV code

79996100  -  Records management
II.1.3)

Type of contract

Services
II.1.4)

Short description

Greater Manchester Combined Authority (GMCA), as the contracting authority for Greater Manchester Police (GMP) seeks to appoint a supplier to provide and support a highly resilient, mature, UK PACE complaint Police RMS. The successful bidder will be required to work alongside representatives from GMP and relevant 3rd parties, to implement and configure the system to the requirements of GMP, including the provision of appropriate resources to support this.
II.1.5)

Estimated total value

Value excluding VAT: 24000000.00  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
48170000  -  Compliance software package
48610000  -  Database systems
48780000  -  System, storage and content management software package
72300000  -  Data services
72313000  -  Data capture services
72317000  -  Data storage services
72318000  -  Data transmission services
72322000  -  Data management services
79996100  -  Records management
II.2.3)

Place of performance

NUTS code:  UKD3 -  Greater Manchester
Main site or place of performance:  
Manchester, M11 2NS
II.2.4)

Description of the procurement

A Police RMS is defined as an industry-specific system which is accessible forcewide. It should provide for the storage, searching, retrieval, retention, management, archiving, and viewing of information, records, documents or files pertaining to law enforcement operations, whilst giving due consideration to information governance and security requirements.
At a high level, the system must:
• provide pre-configured functionality supporting the management of Crime, Case, Custody, Safeguarding and Intelligence.
• provide pre-configured search functionality against a POLE (Person, Object, Location, Event) database.
• provide pre-configured workflow functionality [currently operational for UK National Policing Systems] that meets the standards required by the Police and Criminal Evidence Act 1984.
• have interfaces that are currently operational for UK National Policing Systems and/or Services including the Police National Computer (PNC), the Police National Database (PND), the Crown Prosecution Service (CPS) and HM Courts & Tribunals Service (HMCTS).
The Invitation to Participate (ITP) contains full details of the Requirements for the Contract, the Competitive Dialogue process to be followed, and the assessment and elimination criteria for the procurement.
In order to receive the ITP and other Tender Documents, interested parties must complete and return a Non-Disclosure Agreement as part of their Expression of Interest. This should be returned as soon as possible, to ensure that Bidders have sufficient time to read, understand and complete their ITP submission prior to the deadline for Bids.
This procurement will be conducted in accordance with the Competitive Dialogue Procedure, as defined by Regulation 30 of the Public Contracts Regulations 2015 (as amended).
It is expected that this Competitive Dialogue will include 2 stages of assessment – the Invitation to Participate and the Invitation to Tender (Final Bid) - and a separate Invitation to Dialogue (“ITD”) stage which will not form part of the assessment.
However, the Authority reserves the right to use fewer or more stages of assessment, and to reduce the number of participants at each stage. This includes the option to dialogue in successive stages, to reduce the number of solutions to be discussed during the dialogue stage, by applying the award criteria set out in the ITP, in accordance with Regulation 30(12) of the Public Contracts Regulations 2015.
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: 24000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
The initial term of the contract will be 5 years from the date of contract award, with the option to extend up to a further 5 years, as a single extension or in increments.
II.2.10)

Information about variants

Variants will be accepted: yes
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 scope of the contract will be flexible to the requirements of the force over the life of the contract, and to functional and innovative developments in the sector during that period. With that in mind, additional functionality may be purchased from the contracted supplier in line with the ‘modification of contract’ provisions of the Public Contracts Regulations (2015).

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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

Competitive dialogue
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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 FTS: 2022/S 000-022694
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  17/05/2023
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 15/09/2023
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)

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

The Greater Manchester Deputy Mayor for Policing & Crime
GMCA, Tootal Buildings, 56 Oxford Street
Manchester
M1 6EU
UK