Supply Management Information System to Met Police
The Mayor’s Office for Policing and Crime is tendering for the provision of a Met Integrated Policing Solution.
United Kingdom-London: Industry specific software package
2016/S 069-120763
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Metropolitan Police Service
n/a
Empress State Building, Lillie Road, Earls Court, Greater London
For the attention of: Tim Carter
SW6 1TR London
UNITED KINGDOM
Telephone: +44 2071611532
E-mail: tim.carter3@met.pnn.police.uk
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/40396
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15124&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15124&B=BLUELIGHT
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: London.
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
48100000, 48517000, 48900000, 72212517, 72263000, 79632000, 80500000, 80510000, 80521000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The primary scope of the Services in the Procurement will include:
— Integrated licences for Investigation, Custody (Detention), Intelligence and Prosecution (case management);
— Provision of 3rd line support call handling and management system integrated with MPS SIAM service provider;
— Implementation and data migration, testing services integrated with MPS SDIM provider;
— Development of interfaces and API‘s;
— Training, planning, administration and delivery; traditional classroom-based training on the scale required would not be viable so an innovative approach to training, knowledge retention and support is required, to minimise abstraction and provide flexibility around training, whilst maintaining training effectiveness delivered in-line with the implementation plan;
— Product changes and configuration services for the MiPS system;
— Mobility option if it meets the high expectations and needs of the organisation and matches the MPS requirements as described;
— 2 Hosting options:
— 1 mandatory option to install and operate the solution from MPS nominated data centres; and
— Another desirable option that includes the provision of Secure Data Centre Hosting. The purpose of this optional requirement is to allow the Authority to choose to move to a Cloud Hosted option before or at the end of the initial term if it is deemed appropriate. For clarification bids will be evaluated against internal MPS Hosting costs to inform future Authority Hosting Strategy. The evaluation criteria will treat this as discrete cost comparison but it will not factor in the overall assessment of the suppliers MiPS response.
The Authority is also considering how it will deliver ICT operational support in the future which can be integrated into the MiPS Platform. Therefore the MiPS supplier may be required to provide a range of additional functionality to match the Authority needs including:
— Homicide, kidnap, surveillance processes, complex analytics, covert, major crime, foreign national offender management and investigation;
— Management of troubled families, problem solving, road safety;
— Biometric future capabilities;
— Integration and collaboration with external authorities and partners;
— Digital forensics investigation, digital case and property management;
— Public access portals and extended customer relationship management;
— Complaints management; and
— Further mobility applications.
Additional functionality will be evaluated under the category of future business needs and form part of the evaluation criteria at ITN.
Estimated value excluding VAT:
Range: between 80 000 000 and 150 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
The Authority will evaluate technical ability/financial standing of the bidders in accordance with Articles 45 to 52 of Directive 2004/18/EC of the European Parliament and of the Council and Regulations 23 to 25 of the Public Contracts Regulations 2006 (as amended), and a detailed explanation of the evaluation methodology and minimum criteria to be satisfied are set out in the PQQ Document. ITN Documentation will be evaluated in accordance with the Selection Criteria set out in the ITN documentation.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As described in the PQQ documentation (which suppliers/contracts can access via the Bluelight website in accordance with the instructions set out in Section VI.3) Additional Information.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Suppliers/Contractors wishing to express an interest in this tender opportunity, and obtain tender documentation, should go to https://bluelight.eu-supply.com/ current tender opportunities, and enter the following reference number in the search criteria “contains” box: 23136 then click on the tender opportunity Title and select the “Login and Register Interest” button, and enter their username and password. If not already registered on the Bluelight. EU-Supply eTendering system, suppliers/ contractors will need to do so by going to https://bluelight.eu-supply.com/ and clicking on the “Register Company” link in the Supplier menu, and filling in the company registration form. It is free to register on the system and there are no subscription charges or additional costs for using the system. Once the registration has been processed (which can take up to 48 hours), 2 separate emails containing the username and password will be sent to the email address registered with. Suppliers/Contractors will need to return to the tender opportunity on Bluelight. eu-Supply, to express their interest electronically. URL: https://bluelight.eu-supply.com/ Organisations wishing to be considered for appointment as a provider of these services must submit a completed PQQ in compliance with the instructions and within the prescribed deadline. The Authority reserves the right to: (i) Withdraw from the procurement process; and/or (ii) Not to award any contract as a result of the competition called for by this notice; and/ or (iii) To make whatever changes it may see fit to the structure, timing, dates and content of the competition. The Authority shall not be liable for any costs or expenses incurred by any candidates in considering and/or responding to the procurement process. All discussions and meetings will be conducted in English. Tenders and supporting documents must be priced in Pound Sterling and all payments under the contract will be made in Pound Sterling. The Authority will issue the ITN to a minimum of 5 or more potential Bidders who submitted PQQ‘s and pass all criteria. If more than 5 Potential Bidders pass all criteria the Authority reserves the right to take only the 5 highest scoring potential Bidders through to the next stage of the competition. Even if a Potential Bidder has passed all criteria the Authority reserves the right not to invite a Potential Bidder to participate in the ITN process if they have not adequately demonstrated, within their completed PQQ, a capability to meet in full the requirements for the provision of the relevant Services.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
File Sync and Share Contract Notice
Network Rail Intelligent Infrastructure Development
Supply Patient Management System
Procurement of Business Systems for HESA