Command and Control Futures Metropolitan Police
This may include the provision of hosting facilities and procurement of the necessary hardware and related software.
UK-London: IT services: consulting, software development, Internet and support
2012/S 82-134996
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Metropolitan Police
Floor 8 Empress State Building, Lillie Road Earls Court
For the attention of: Mr Ian Archer
SW6 1TR London
UNITED KINGDOM
Telephone: +44 2071611581
E-mail: ian.archer@met.police.uk
Section II: Object of the contract
Main site or location of works, place of delivery or of performance: London and potentially other locations in the United Kingdom.
NUTS code UK
The object of this procurement is to allow the Metropolitan Police Service (MPS), which is the police force maintained by the Mayors Office for Policing and Crime (MOPC), to fulfill the requirement for an external organisation to integrate and bring into service, and provide technical support services once entered into live service, a new “Command and Control” solution selected as a result of the procurement exercise entitled Command and Control OJEU 1. This may include the provision of hosting facilities and procurement of the necessary hardware and related software.
Such a solution would provide a computerised service for handling incoming calls (emergency, non-emergency and internal), dealing with incidents, supporting the operational handling of events, assigning and deploying resources and providing data interactions with mobile devices. This may also extend to other associated technologies, such as voice and CCTV communications, mobile (in-car) devices, mobile telemetry and call routing (from the public network and the internal network), depending on the suitability of the technology choices, the deployment options and the contract terms.
This second procurement exercise – Command and Control OJEU 2 – will cover systems integration of the chosen software with the operating environment, transition from the existing command and control solution and the ongoing operation and technical support of the overall solution. It may also cover provision of additional functionality not provided through the OJEU 1 procurement, taking on responsibility for the operation of the existing command and control solution through any period of the transition to a new solution and taking on responsibility for managing other, related, third party suppliers.
It is anticipated that this OJEU 2 procurement exercise will result in the establishment of a single supplier contract arrangement solely for use by the MOPC.
The MOPC may purchase additional licences for the chosen OJEU 1 solution not only for its own use but also to support any future activity where it may provide a Command and Control service itself to other UK emergency service organisations, with the possibility that the OJEU 2 services would, potentially, be passed through to other authorities via the MOPC. The chosen supplier in OJEU2 will be expected to provide integration and in service support for the system in relation to these additional user volumes in addition to core MPS volumes.
In order to facilitate the most effective operation of the new system, the Authority may require the chosen OJEU 2 supplier to interface directly with the chosen OJEU 1 supplier either as the Authority’s nominated agent or representative or through the novation or assignment by the Authority of its contract with the chosen OJEU1 supplier. The chosen OJEU 2 supplier may also be required to manage, on the Authority’s behalf, other third parties involved, directly or indirectly, with the design, build, test, integration, transition and support of the Command and Control solution, thereby acting as a Lead Integrator for the overall service.
Subject to dialogue with bidders, it is anticipated that the finalised contract would be for an initial term of 9 years, with the option for the purchaser to extend on up to two occasions for further periods of 4 years each i.e. a total maximum duration of 17 years from system go live date. The potential estimated value of the contract is up to 200 000 000 GBP over the maximum duration of 17 years.
See section V1.3 of this notice for further information on the operational expectations of the MPS for its Command and Control solution.
72000000, 30000000, 48000000, 30200000, 32400000, 32570000, 35710000, 32580000, 50300000, 51600000, 72227000, 72261000, 72262000, 72265000, 72267000, 72500000, 72600000, 75110000, 75241100, 79421000, 79512000, 79632000, 79994000, 80500000
Section III: Legal, economic, financial and technical information
Description of particular conditions: To be set out in the contract documents, as developed through the competitive dialogue process.
See PQQ, which interested parties will be required to complete and which is available from the contact point listed in section I.1), for detailed requirements.
Minimum level(s) of standards possibly required.
Section IV: Procedure
Object criteria for choosing the limited number of candidates: As set out in PQQ, available from the contact point listed in section I.1).
Prior information notice
Notice number in the OJEU: 2011/S 185-302757 of 27.9.2011
Payable documents: no
Section VI: Complementary information
Estimated timing for further notices to be published: The element of the procurement related to in-service support may be subject to future procurements dependant on the take-up of future extension options and the in-service life of the chosen Command and Control solution.
However the MPS expect that the operational volumes may change significantly over time and, as at the date of this notice, is unable to give any accurate indication of the possible additional volumes of calls the MPS may manage through the final solution when in service. Any successful supplier will be responsible for ensuring the solution is capable of meeting whatever demands are placed on the system by operational requirements. The MPS encourages organisations to engage SMEs where they can contribute to achieving these aims.
Required service standards and related service level agreements for the live operation of the new system will be shared as part of dialogue process of the procurement.
A bidders’ conference is scheduled to take place in London on Monday 14.5.2012 at which further information in relation to this procurement exercise will be made available. Please note that the MOPC reserves the right not to award any contract following the procurement exercise contemplated by this notice and will not be responsible for any costs or expenses incurred by any bidder who participates in this exercise.
A Prior Information Notice, reference number 2011/S 153-254288 was issued in the Official Journal on 11.8.2011.
VI.5)Date of dispatch of this notice:25.4.2012