Police Service Northern Ireland Criminal Justice Data Sharing
Design, development, implementation and long term support of a new CJDS system.
United Kingdom-Belfast: Software package and information systems
2016/S 055-092084
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Police Service of Northern Ireland
Lisnasharragh, 42 Montgomery Road
Contact point(s): ICT Procurement, ICT.CPD@dfpni.gov.uk UKN
BT6 9LD Belfast
UNITED KINGDOM
Internet address(es):
Address of the buyer profile: https://etendersni.gov.uk/epps
Electronic access to information: https://etendersni.gov.uk/epps
Electronic submission of tenders and requests to participate: https://etendersni.gov.uk/epps
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
NUTS code UKN
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)
48000000, 48100000, 48600000, 48610000, 48750000, 72000000, 72300000, 72500000, 72512000
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:
All optional extensions will be subject to review and satisfactory performance assessment by the PSNI.
Support and maintenance of the BPS, NPS and NDE system’s will commence no later than 3 months following the contract commencement date.
In addition further services may be required to facilitate system upgrades and accommodate the integration of or interfacing with other systems.
Estimated value excluding VAT:
Range: between 7 000 000 and 15 000 000 GBP
II.2.2)Information about options
Description of these options: The contract will start on the Contract Commencement Date and will run for an initial period of 6 ½ years plus 3 optional extension periods consisting of 2 x 2 years plus a further 1 year i.e. 6 ½ +2+2+1. Please note the initial contract period of 6 ½ years is to allow for a period of development of 1 ½ years with support of 5 years following service commencement.
All optional extensions will be subject to review and satisfactory performance assessment by the PSNI.
Support and maintenance of the BPS, NPS and NDE system’s will commence no later than 3 months following the contract commencement date.
In addition further services may be required to facilitate system upgrades and accommodate the integration of or interfacing with other systems.
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.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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.2.3)Technical capacity
The Tenderer must have experience of delivering a bespoke message based inter-agency data sharing solution within a secure (IL4) government environment.
As per Tender 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
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Key personnel — experience [KP01 — KP04]. Weighting 10
2. Price. Weighting 90
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.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: CPD ICT Procurement Staff.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: