Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Custody, Case File, Crime and Intelligence (CCCI) Software.

  • First published: 14 October 2015
  • Last modified: 14 October 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
City of London Police
Authority ID:
AA29122
Publication date:
14 October 2015
Deadline date:
09 November 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Custody, Case File, Crime and Intelligence (CCCI) Software.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

Checked box Unchecked box Unchecked box
Unchecked box Unchecked box

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

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

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)

Checked box

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 scope

The 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)

Options

The 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 renewals

5

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

120

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

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

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

Unchecked box

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

Unchecked box
Unchecked box


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

Checked box    

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

Coding

Commodity categories

ID Title Parent category
48000000 Software package and information systems Computer and Related Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
james.carter@cityoflondon.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.