Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Police and Crime Commissioner for Dyfed-Powys
Police Headquarters, PO Box 99, Llangunnor
Carmarthen
SA31 2PF
UK
Telephone: +44 1267226540
E-mail: faye.ryan@dyfed-powys.pnn.police.uk
NUTS: UKL1
Internet address(es)
Main address: http://www.dyfed-powys.police.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0385
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/web/login.shtml
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://etenderwales.bravosolution.co.uk/web/login.shtml
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Contact Management Solution
Reference number: DPP2021
II.1.2) Main CPV code
35711000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Dyfed Powys Police has a history of operating a critical voice and data environment to meet the demands of front-line services to its citizens via the 999, 101 and various other services. DPP has one of the highest average speed times of answering calls for 999 across the UK.
Dyfed Powys Police are now seeking to procure an Integrated Communication Control System (ICCS) and Contact Management Solution (including telephony platform) for the Force Control Room based at Headquarters, Carmarthen. Adopting a principle of ‘cloud first’ we are looking for a cloud based, high availability, easy to maintain and effective next generation ICCS/Contact Management Solution that supports both multichannel voice and digital communications and also interfaces with the current Airwave radio network. The system must also be available within our secondary site, based at our premises in Ammanford which acts as a backup site but this site can also be used as a staff training facility, business continuity events and so on.
II.1.5) Estimated total value
Value excluding VAT:
25 200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72212333
32412000
32573000
35712000
II.2.3) Place of performance
NUTS code:
UKL1
UKL24
Main site or place of performance:
Carmarthen
II.2.4) Description of the procurement
Competitive procedure with Negotiation
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: Yes
Description of renewals:
3 x 12 month periods
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As detailed in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As detailed in the procurement documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
26/03/2021
Local time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
30/03/2021
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=108434
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
The Police and Crime Commissioner for Dyfed Powys has identified the following core outcomes for the 2017-2021 Police & Crime Plan.
Priority 1: Keeping our communities safe
Priority 2: Safeguarding the vulnerable
Priority 3: Protecting our communities from serious threats
Priority 4: Connecting with communities
It is intended that the implementation of this solution will improve the resilience of existing IT services across Dyfed Powys, and enhance operational effectiveness of the Police Service improving communication and access to information and intelligence.
This will improve tasking of assets to ensure they are in the right place at the right time to support both local and national policing incidents and initiatives thereby supporting the outcomes identified above, in particularly our contact with members of the public via 101 and 999 calls. Should the supplier take responsibility for disposal of equipment it shall be completed in an environmentally sustainable method using national accredited standards.
(WA Ref:108434)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
24/02/2021