Fully Managed Service for Development of Mobile Applications
The Police and Crime Commissioner for Cheshire is seeking a suitably qualified and experienced supplier to provide a Fully Managed Service for the Supply, Development and Management of Mobile Data Applications and Devices.
United Kingdom-Winsford: Radio, television, communication, telecommunication and related equipment
2014/S 076-131880
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Cheshire Constabulary
Strategic Procurement Unit, Headquarters, Clemonds Hey, Oakmere Road
For the attention of: Ms Claire Bostock
CW7 2UA Winsford
UNITED KINGDOM
Telephone: +44 1606364136
E-mail: claire.bostock@cheshire.pnn.police.uk
Internet address(es):
General address of the contracting authority: www.cheshire.police.uk
Address of the buyer profile: www.bluelight.gov.uk
Further information can be obtained from: Police and Crime Commissioner for Cheshire
Economic Operators wishing to Express Interest and obtain the Pre Qualification Questionnaire document, should go to www.bluelight.gov.uk and click on New Opportunities which is within the Supplier Area box on the left of the screen. On the next screen enter BVDHC3 in the box labelled ‘contains’ then click search. Click on the blue link for the contract title to view the opportunity. To express interest you will need to login. If you are not already registered on www.bluelight.gov.uk, you will need to return to the home page and click on the ‘Register Company’ link in the Supplier Area box on the left. Registration is free of charge and your user name and password will be emailed to you.
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Police and Crime Commissioner for Cheshire
Economic Operators wishing to Express Interest and obtain the Pre Qualification Questionnaire document, should go to www.bluelight.gov.uk and click on New Opportunities which is within the Supplier Area box on the left of the screen. On the next screen enter BVDHC3 in the box labelled ‘contains’ then click search. Click on the blue link for the contract title to view the opportunity. To express interest you will need to login. If you are not already registered on www.bluelight.gov.uk, you will need to return to the home page and click on the ‘Register Company’ link in the Supplier Area box on the left. Registration is free of charge and your user name and password will be emailed to you.
Tenders or requests to participate must be sent to: Police and Crime Commissioner for Cheshire
Economic Operators wishing to Express Interest and obtain the Pre Qualification Questionnaire document, should go to www.bluelight.gov.uk and click on New Opportunities which is within the Supplier Area box on the left of the screen. On the next screen enter BVDHC3 in the box labelled ‘contains’ then click search. Click on the blue link for the contract title to view the opportunity. To express interest you will need to login. If you are not already registered on www.bluelight.gov.uk, you will need to return to the home page and click on the ‘Register Company’ link in the Supplier Area box on the left. Registration is free of charge and your user name and password will be emailed to you.
Section II: Object of the contract
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Cheshire Constabulary area.
NUTS code UKD2
32000000, 64000000, 48000000, 72000000, 32412000, 32530000, 32531000, 32570000, 32571000, 32573000, 32580000, 32581000, 35631100, 35710000, 35711000, 35712000, 48219700, 48500000, 48510000, 48511000, 72212500, 72212510, 72212511
The service being considered includes (but is not limited to):
— Management of the infrastructure supporting the mobile services solution within a hosted environment
— Supply and maintenance of a range of mobile devices
— End-user support for both devices and underlying infrastructure
— Provision of training to end-users
— Ensuring that the security of the managed service and infrastructure meets Government guidelines, particularly CESG Good Practice Guides
— The ability to supply mobile data SIMS offering a range of tariffs to the PCC
— Providing alternative connectivity options for areas where the mobile phone signal may be weak
— The supply and development of custom ‘apps’ to work on the provided solution, meeting the PCC’s business requirements
— Provide infrastructure that allows the Managed Service to connect to critical national police systems e.g. the Police National Computer
— Working ‘collaboratively’ in the provision of custom apps, using an ‘agile’ approach
Cheshire Constabulary wishes to purchase a small number of devices initially with a view to piloting them at one of its Neighbourhood Policing Units. If this pilot is proved successful more devices will be purchased to enable roll out across wider areas of the Force.
There is an expectation that the Pilot Scheme will commence upon contract Award.
Description of these options: Phase one will be a pilot scheme, If Phase one is not deemed successful, then no further contract will be awarded. If the project is deemed to meet operational requirements and budget provision is available. The PCC will proceed to phase two of the project. If a contract is awarded for phase two. The contract term will be for a two year period, with an option to extend the contract for a further 36 months, in three periods of 12 months at the discretion of the PCC and with the agreement of the Supplier.
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgement which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
— Directive 2004/18/EC and Regulation 23 of the Public Contracts Regulations 2006
— Statutory Instrument 2006 No 5 and as set out in the pre-qualification questionnaire and available from the address in Section I.1.
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate , of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
— Directive 2004/18/EC and Regulation 23 of the Public Contracts Regulations 2006
— Statutory Instrument 2006 No 5 and as set out in the pre-qualification questionnaire and available from the address in Section I.1.
Minimum level(s) of standards possibly required: As set out in the pre-qualification questionnaire.
(b) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given:
— where the recipient was a contracting authority, in the form of certificates issues or countersigned by the competent authority,
— where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capabilities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, and indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contracts;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
Information and formalities necessary for evaluating if requirements are met:
— Directive 2004/18/EC and Regulation 23 of the Public Contracts Regulations 2006,
— Statutory Instrument 2006 No 5 and as set out in the pre-qualification questionnaire and available from the address in Section I.1.
Minimum level(s) of standards possibly required:
As set out in the pre-qualification questionnaire.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: The five economic operators with the highest score will be invited to tender. In the event of tied scores, ranking will be determined by ordering linked to the highest score for section 3.1. Should this still result in tied scores, the process will be repeated with section 3.2 and finally section 3.3 as required.
Payable documents: no
Section VI: Complementary information
Economic Operators wishing to Express Interest and obtain the Pre Qualification Questionnaire document, should go to www.bluelight.gov.uk and click on New Opportunities which is within the Supplier Area box on the left of the screen. On the next screen enter BVDHC3 in the box labelled ‘contains’ then click search. Click on the blue link for the contract title to view the opportunity. To express interest you will need to login. If you are not already registered on www.bluelight.gov.uk, you will need to return to the home page and click on the ‘Register Company’ link in the Supplier Area box on the left. Registration is free of charge and your user name and password will be emailed to you.
— Police forces in the North West Region are fully supportive of all aspects of diversity including ethnicity, race, religion, age, gender, disability and sexual orientation. In this respect, police forces welcome expressions of interest from the ethnic minority, disabled and other diverse business communities and the voluntary sector. Contractors are therefore required to fully comply with all statutory obligations/applicable legislation and there will be a requirement to participate in the Authority’s periodic supplier audits on all aspects of diversity.
VI.5)Date of dispatch of this notice:14.4.2014