Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Metropolitan Police
ICT Workstream, Floor 8 Empress State Building, Lillie Road, Earls Court
For the attention of: Andy Kinch
SW6 1TR London
UNITED KINGDOM
Telephone: +44 2071611530
E-mail: andy.kinch@met.police.uk
I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Public order and safety
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Support and Maintenance of the Integrated Communications Control System (ICCS).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 5: Telecommunications services
Main site or location of works, place of delivery or of performance: United Kingdon.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Support and maintenance of Metropolitan Police’s ICCS comprising of 650 work positions at 25 locations.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The supplier will provide maintenance and support of the Metropolitan Police’s ICCS together with configuration work. This ICCS functionality is based on the Frequentis 3020 ICCS system with multiple switches acting as one virtual switch; it is used by 650 call centre dispatchers in three Central Communications Command Centres as well as at eight Remote Control Rooms and 14 sporting stadiums. The system fully integrates with the Airwave network and has the ability to control 60,000 CCTV cameras over London.
The requirement for maintenance and support of the ICCS will include the provision of a technical service desk, 24/7 corrective and preventative on-site maintenance, configuration management, trend analysis, asset and spares management, performance management and support of 650 ICCS work positions at 25 locations.
The MPS ICCS was designed and supplied by Frequentis AG and therefore bidders will need to be able to demonstrate that they are able to provide the necessary maintenance and support of this system and to arrange and manage third line support from the manufacturer.
Duration of the contract is 60 months (from the award of the contract) with options to extend for consecutive periods of up to 36 months.
The approximate value of this contract excluding VAT is likely to be in the region of 10 000 000 GBP.
II.2.2)Information about options
Options: no
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)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A bankers bond guaranteeing performance of the contract and/or an ultimate holding company guarantee may be required. Details will be given in the Invitation to Tender.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment will be in GBP and will normally be made by mean of an electronic funds transfer. Full details will be continued in the Invitation to tender document.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required but in the event of a group of contractors submitting an acceptable offer it will be necessary to provide an undertaking that each company will be jointly and severally responsible for the due performance of the contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Organisations will be required to complete a pre-qualification questionnaire (PQQ) which will be evaluated.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Organisations will be required to complete a pre-qualification questionnaire (PQQ) which will be evaluated.
Minimum level(s) of standards possibly required: See PQQ documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Organisations will be required to complete a pre-qualification questionnaire (PQQ) which will be evaluated.
Minimum level(s) of standards possibly required:
See PQQ documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 4: and maximum number 6
Objective criteria for choosing the limited number of candidates: See pre-qualification questionnaire (PQQ) documentation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
SS3/12/123
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
13.12.2013 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
3.2.2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
(a) The Authority uses an e-tendering system, Bluelight. Suppliers will need to register free-of-charge with this system in order to receive PQQ documentation and in order to submit a response. Go to: http://www.bluelight.gov.uk/
(b) Organisations wishing to be considered for appointment as provider of maintenance and support services for the ICCS should submit a pre-qualification submission as stipulated in the pre-qualification document, in compliance with its requirements, by the time limit stated.
(c) All documentation must be written in the English Language. All discussions and meetings shall be conducted in the English Language. Tenders and supporting documents must be priced in sterling and all payments made under the contract will be in GBP.
(d) No contractual rights, express or implied, arise out of this notice or the Procedures envisaged in it. The Awarding Authority reserves the right to withdraw from the procurement process and may award a contract(s) in whole, in part, or not at all as a result of the competition to which this notice refers and the Awarding Authority shall not be liable for any costs or expenses incurred by any candidates in considering and/or responding to the procurement process.
(e) Duration of the contract 36 months (from the award of the contract) with options to extend for up to a further 24 months.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
The Mayor’s Office for Policing and Crime
c/o Metropolitan Police Service Procurement Services 8th Floor Empress State Empress Approach Lillie Road
SW6 1TR London
UNITED KINGDOM
Telephone: +44 2071611530
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
13.11.2013