Critical Communications Infrastructure Framework – West Yorkshire Police
The following systems are to be replaced/introduced: 1) Integrated communication control system; 2) Critical telephony infrastructure.
16 October 2019
United Kingdom-West Yorkshire: Radio, television, communication, telecommunication and related equipment
2019/S 200-486279
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
n/a
Ploughland House
West Yorkshire
WF1 1DL
United Kingdom
Contact person: Lynne Allen
E-mail: lynne.allen@southyorks.pnn.police.uk
NUTS code: UKC
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Critical Communications Infrastructure Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Police and Crime Commissioner for West Yorkshire is establishing a framework for a period of 5 years for the North East Police and Fire Services. The framework will be established with 1 strategic partner to configure, implement and support the full end-to-end solution.
The following systems are to be replaced/introduced:
1) Integrated communication control system;
2) Critical telephony infrastructure;
3) Call recording system;
4) Customer relationship management system;
5) Ongoing support and maintenance for legacy systems;
6) Solution integration services to configure, implement and support the entire solution.
Interested suppliers should note that the statement of requirements has been created based upon the West Yorkshire Police (WYP) requirements. Participating authorities shall require their own proposal to be created based on their individual infrastructure, although the core components shall be the same.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
West Yorkshire, WF1 1DL.
II.2.4)Description of the procurement:
The Police and Crime Commissioner for West Yorkshire (PCC) has identified a need to replace the below listed technology and have elected to establish a framework for a period of 5 years for the North East Police and Fire Services. It is intended that the framework will be established with 1 strategic partner to configure, implement and support the full end-to-end solution.
The following systems are to be replaced/introduced:
1) Integrated Communication Control System (ICCS);
2) Telephony infrastructure (Critical Telephony);
3) Call recording system;
4) Customer Relationship Management (CRM) system;
5) Ongoing support and maintenance for legacy systems when the current support expires;
6) Solution integration services to configure, implement and support the entire solution.
The above infrastructure is critical to the Force’s ability to answer and respond to 999 and 101 calls. The telephony infrastructure allows the Force to receive 999 and 101 calls and route it to desks which agents are sat at. The ICCS system allows despatchers to task officers over the Airwave radio network and the call recording system ensures that all 999 101 and despatch communications are recorded in case they are needed for evidential purposes or for clarification on information that has been received. The CRM is used to capture all content in the organisation enabling the effective management of all face-to-face digital and telephony interactions. Support shall be needed for legacy systems whilst implementation progresses.
Interested suppliers should note that the statement of requirement has been created based upon the West Yorkshire Police (WYP) requirements. Participating authorities shall require their own proposal to be created based on their individual infrastructure, although the core components shall be the same.
Further information can be obtained within the tender pack, bidders are encouraged to ensure they understand all aspects of the tender pack prior to submitting a bid.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
Due to the technical nature of the procurement and the critical business impact surrounding implementation of the suite of products to both internal employees and members of the public, the decision making process required to replace the critical infrastructure is anticipated to be extensive. It has therefore been agreed that the framework will be for a period of 5 years.
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The Police and Crime Commissioner for West Yorkshire Police (PCC) is tendering for the provision of critical communications infrastructure.
The resulting framework agreement will be available for use by the North East Regional Police Forces and the North East Regional Fire and Rescue Services in the United Kingdom. For further information follow the links below:
www.justiceinspectorates.gov.uk/hmic/
The PCC expressly reserves the right:
(a) not to award a framework agreement as a result of the procurement process commenced by publication of this notice; and
(b) to make whatever changes it may see fit to the content and structure of the tendering competition: and in no circumstances will the PCC be liable for any costs incurred by the tenderers. If the PCC decides to enter into a framework agreement with the successful supplier, this does not mean that there is any guarantee of any subsequent call-off contracts being awarded. Any expenditure work or effort undertaken prior to framework agreement award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this framework agreement will form a separate contract under the scope of this framework agreement between the supplier and the specific requesting other contracting body.
The duration referenced in Section 11.2.7 is for placing call-off contracts.
The value provided in Sections 11.1.5 and 11.2.6 is only an estimate. The PCC cannot guarantee to the supplier any business through this framework agreement.
VI.4.1)Review body
7 Rools Buildings, Fetter Lane
London
EC4A 1NL
United KingdomInternet address: http://www.judiciary.gov.uk
VI.5)Date of dispatch of this notice: