CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Mayor and Commonalty and Citizens of the City of London in their capacity as Police Authority for the City of London |
PO Box 270, Guildhall |
London |
EC2P 2EJ |
UK |
Carter James |
+44 2073321065 |
james.carter@cityoflondon.gov.uk |
|
www.cityoflondon.gov.uk
www.capitalesourcing.com
www.capitalesourcing.com
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityCustody, Case File, Crime and Intelligence (CCCI) Software. |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
|
|
|
|
|
|
|
|
|
|
|
|
II.1.2(c))
|
Type of service contract
|
II.1.2)
|
Main site or location of works, place of delivery or performance
UKI |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
The City invites Tenders for the provision of a Custody, Case File, Crime and Intelligence (CCCI) Platform.
The London Police currently employs separate ICT platforms to support the delivery of 4 core business areas:
1. Processing detainees through its custody facility;
2. Managing court case files;
3. Recording crime; and
4. Recording intelligence (collectively these functions are referred to as CCCI).
Custody and case operations are managed through a single commercially available product; crime and intelligence through a 2nd commercially available product.
The use of multiple systems necessitates the ‘double keying’ of information and the need to conduct multiple data searches. There is also a cost implication (duplicate licensing, maintenance and ICT architecture) from using 2 systems.
City of London Police seeks to procure a single COTS product to mitigate these deficiencies.
The contract is being tendered on the basis that the service will be hosted on the City's current managed service provider, however the contract will include options to seek a third party provider to host the service if required.
City of London Police is also considering how it will best deliver ICT support to a range of operational functions — over and above CCCI. These additional functions include:
— Property Management and Bar coding Module,
— Forensic Examination Module,
— Licensing,
— Sex Offender Management,
— CCTV Information (Locations and Points of Contact),
— Key Holder (Locations and Points of Contact),
— Observation Posts (Locations and Points of Contact),
— Family Liaison,
— Disaster Victim Identification,
— Noms/Offender Management,
— Road Traffic Collisions,
— Mental Health,
— PSD Professional Standards Intervention/Risk Management.
Whilst this OJEU procurement will examine options for delivering these additional functions through a combined CCCI platform, the contract is confined to the 4 core functions — Custody, Case File, Crime and Intelligence.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
48000000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe duration of the contract is 5 years, subject to the right of the Authority (at its sole discretion) to exercise its right to extend the Contract for periods up to 5 further years in total. The maximum length of the contract is therefore 10 years. |
|
1 200 0002 100 000 GBP |
II.2.2)
|
OptionsThe duration of the contract is 5 years, subject to the right of the Authority (at its sole discretion) to exercise its right to extend the Contract for periods up to 5 further years in total. The maximum length of the contract is therefore 10 years. |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals5 |
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion120 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
Joint and several liability. Should the successful tenderer be a consortium of companies, the lead partner will be responsible for completing the commission on behalf of the consortium and all payments will be made to the lead partner for services rendered by the consortium. Support partners will be required to complete a collateral warranty agreement in favour of the Contracting Authority.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
As set out in the Tender Documents.
|
III.2.2)
|
Economic and financial capacity
As set out in the Tender Documents.
As set out in the Tender Documents.
|
III.2.3)
|
Technical capacity
As set out in the Tender Documents.
As set out in the Tender Documents.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
itt_COL_1702
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 09-11-2015
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
This tendering exercise is being undertaken using the electronic tendering system ‘Capital eSourcing’ (url: www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.
The estimated value given at II.2.1) is for the full duration of the contract including the maximum possible extensions. The initial estimated value of the contract for the 1st 5 years is between 600 000 GBP and 1 050 000 GBP.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Royal Courts of Justice |
Strand |
London |
WC2A 2LL |
|
|
+44 2079476000 |
|
|
|
|
Body responsible for mediation procedures
Royal Courts of Justice |
Strand |
London |
WC2A 2LL |
|
|
+44 2079476000 |
|
|
|
VI.4.2)
|
Lodging of appeals
As set out in the UK's Public Contracts Regulations 2015.
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
Royal Courts of Justice |
Strand |
London |
WC2A 2LL |
|
|
+44 2079476000 |
|
|
|
VI.5)
|
Dispatch date of this Notice 09-10-2015 |