[TedS09F02ContractNotice]

[Information]

[Published]

[DateDispatch]: 6/12/2019

[ExpireDate]: 14/2/2020

[ExternalReference]: 2019-521067

[TedReference]: 2019/S 238-584203

[TedS09F02ContractNotice]

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The PCC for West Yorkshire
n/a
Ploughland House, 62 George Street
Wakefield
WF11DL
UK
Contact person: Gareth Newton
Telephone: +44 7464983780
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=28809&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

Replacement Forensic Case Management System
Reference number:  1836-2018
II.1.2)

Main CPV code

48000000  -  Software package and information systems
II.1.3)

Type of contract

Services
II.1.4)

Short description

Yorkshire and the Humber Regional Scientific Support Services (RSSS) intend to procure a replacement Forensic Case Management System (FCMS) which will allow the RSSS Departments to effectively manage, record and report on a full range of activities relating to forensic examinations.
This will be a critical system in delivering Scientific Support Services across West Yorkshire, South Yorkshire, North Yorkshire and Humberside.
RSSS are intending to procure a solution which can be accessed from the four forces of the YatH region. It is envisaged the system should also have the ability to extend geographically and incorporate other business areas or forces should there be an expansion to the regional structure.
II.1.5)

Estimated total value

Value excluding VAT: 7000000.00  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
48311000  -  Document management software package
48311100  -  Document management system
48612000  -  Database-management system
48780000  -  System, storage and content management software package
48783000  -  Content management software package
II.2.3)

Place of performance

Main site or place of performance:  
West Yorkshire, WF1 1DL
II.2.4)

Description of the procurement

Yorkshire and the Humber Regional Scientific Support Services (RSSS) intend to procure a replacement Forensic Case Management System (FCMS) which will allow the RSSS Departments to effectively manage, record and report on a full range of activities relating to forensic examinations.
This will be a critical system in delivering Scientific Support Services across West Yorkshire, South Yorkshire, North Yorkshire and Humberside.
RSSS are intending to procure a solution which can be accessed from the four forces of the YatH region. It is envisaged the system should also have the ability to extend geographically and incorporate other business areas or forces should there be an expansion to the regional structure.
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: 7000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
2 optional 12 month extensions available for renewal.
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.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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:  14/02/2020
Local time:  15:00
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:  14/08/2020
IV.2.7)

Conditions for opening of tenders

Date:  17/02/2020
Local time:  09:00

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.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