II.1)
Scope of the procurement
Dynamic decision and Case Management System
Reference number:
PDSCN-165-2022
72000000
-
IT services: consulting, software development, Internet and support
Services
II.1.4)
Short description
Dynamic decision and Case Management System (Previously referred to as National Policing Proactive Information and Recording Management Solution (NP21RM)). This procurement is for a single supplier Framework Agreement providing an interoperable ICT solution for Law Enforcement organisations within proactive investigations/operations.
Capabilities will include, but not limited to;
- End-to-end case management.
- Decision logging
- Decision support
- Synergistic Capability
Suppliers are required to meet the security and qualification requirements to enable access to the documentation.
II.1.5)
Estimated total value
Value excluding VAT: 30000000.00
GBP
II.1.6)
Information about lots
This contract is divided into lots:
no
II.2.2)
Additional CPV code(s)
72000000
-
IT services: consulting, software development, Internet and support
II.2.3)
Place of performance
NUTS code:
UK -
UNITED KINGDOM
II.2.4)
Description of the procurement
The Police Digital Service intends to implement a Framework Agreement (via a Competitive Procedure with Negotiation) which allows police forces, other law enforcement agencies and public bodies to call off the services. The high-level requirements include, but are not limited to, the following:
(i) Business application development – (development of new applications, integration with existing systems and interfaces with external systems);
(ii) Business application/s support and maintenance – (support and maintenance of production application systems, business continuity management, upgrades to applications resulting from technology changes);
(iii) Desktop services - (end to end desktop managed service, virtual desktop infrastructure, virtual and thin solutions, remote access, integration and interface management between third party desktop provided services and other services provided under this PIN);
(iv) System integration (service management, service desk/helpdesk, event management, incident management, problem management, request fulfilment, common service operations, access management, application support management, ICT facilities management, change management, configuration management, knowledge management, release planning, release management, service catalogue management, service level management, capacity management, availability management, service continuity, information security management, supplier management and network management);
and
(v) Provision of Hardware and Commercial Off the Shelf (COTS) Software – (licensing of proprietary or open-source software including underlying database systems, maintenance, provision of third-party items, configuration and implementation services).
Scope of project across UK policing, wider law enforcements and its partners.
These capabilities and services are envisioned to be introduced, in one coherent solution, across proactive police operations i.e. planned, deliberate investigations/operations which may include, but not limited to the following:
- Serious Organised Crime (SOC) investigations and associated operations at all levels (force, regional and national) including the sensitive intelligence network;
- Counter Terrorism Policing investigations and associated operations at all levels (force, regional and national);
- Fugitive/manhunt investigations and associated operations at all levels (force, regional and national);
- Kidnap/crime in action response investigations and associated operations at all levels (force, regional and national);
- Cyber incidents and investigations/operations across the ROCU Cybercrime Units and Force Cybercrime Units in UK policing; and
- Any planned operation where there is a clear or implied threat to life (TTL) in which the operation invokes a response under Article 2 of the Human Rights Act 1998, placing an obligation on law enforcement agencies to take reasonable steps to protect a person whose life is in 'Real and Immediate Danger’.
Over the duration of the agreement scope may change to meet legislative and/or policy changes. Hosting of the solution is to be determined please refer to the Tender documents. All estimated values in this notice include all hosting costs, however the final requirements will be provided within the documentation.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 30000000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
120
This contract is subject to renewal:
yes
Description of renewals:
The duration stated above is the maximum Framework term and includes options to extend.
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged minimum number:
5
/
Maximum number:
7
Objective criteria for choosing the limited number of candidates:
This is the number of Bidders who we intend to invite to submit initial Tenders, that is subject to Bidders meeting the Selection Criteria as set out in the SQ.
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
yes
Description of options:
The Framework Agreement term is 7 years, part of the 7 years will be the Development Period and the Trial Year. There is an option for the Company to extend the Framework by up to 3 years.
Call-Off Contract term is for 6 years, for early adopting forces 1 year of the 6 year term will be the Trial Year.
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
Suppliers are required to meet the security requirements;
Vetting –to have a minimum of either current NPPV3 or SC clearance issued by the Warwickshire Police National Contractor Vetting Scheme (NCVS), evidence of which must be provided prior to the NDA being issued.
NDA – must be signed and returned. On receipt the Bidder will be provided access to the relevant tender pack.