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

Police Records Management System (RMS)

  • First published: 15 April 2023
  • Last modified: 15 April 2023

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:
ocds-h6vhtk-035f2c
Published by:
Greater Manchester Combined Authority - Greater Manchester Police
Authority ID:
AA81235
Publication date:
15 April 2023
Deadline date:
17 May 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

A Police RMS is defined as an industry-specific system which is accessible forcewide. It should provide for the storage, searching, retrieval, retention, management, archiving, and viewing of information, records, documents or files pertaining to law enforcement operations, whilst giving due consideration to information governance and security requirements.

At a high level, the system must:

• provide pre-configured functionality supporting the management of Crime, Case, Custody, Safeguarding and Intelligence.

• provide pre-configured search functionality against a POLE (Person, Object, Location, Event) database.

• provide pre-configured workflow functionality [currently operational for UK National Policing Systems] that meets the standards required by the Police and Criminal Evidence Act 1984.

• have interfaces that are currently operational for UK National Policing Systems and/or Services including the Police National Computer (PNC), the Police National Database (PND), the Crown Prosecution Service (CPS) and HM Courts & Tribunals Service (HMCTS).

The Invitation to Participate (ITP) contains full details of the Requirements for the Contract, the Competitive Dialogue process to be followed, and the assessment and elimination criteria for the procurement.

In order to receive the ITP and other Tender Documents, interested parties must complete and return a Non-Disclosure Agreement as part of their Expression of Interest. This should be returned as soon as possible, to ensure that Bidders have sufficient time to read, understand and complete their ITP submission prior to the deadline for Bids.

This procurement will be conducted in accordance with the Competitive Dialogue Procedure, as defined by Regulation 30 of the Public Contracts Regulations 2015 (as amended).

It is expected that this Competitive Dialogue will include 2 stages of assessment – the Invitation to Participate and the Invitation to Tender (Final Bid) - and a separate Invitation to Dialogue (“ITD”) stage which will not form part of the assessment.

However, the Authority reserves the right to use fewer or more stages of assessment, and to reduce the number of participants at each stage. This includes the option to dialogue in successive stages, to reduce the number of solutions to be discussed during the dialogue stage, by applying the award criteria set out in the ITP, in accordance with Regulation 30(12) of the Public Contracts Regulations 2015.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Greater Manchester Combined Authority - Greater Manchester Police

GB 183 0464 15

Openshaw Complex, Lawton Street, Openshaw

Manchester

M11 2NS

UK

Contact person: Ali Cordrey

Telephone: +44 1618561333

E-mail: Ali.Cordrey@gmp.police.uk

NUTS: UKD3

Internet address(es)

Main address: www.gmp.police.uk

Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/35572

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=60400&B=BLUELIGHT


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=60400&B=BLUELIGHT


Tenders or requests to participate must be sent to the abovementioned address


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

Police Records Management System (RMS)

Reference number: A0899

II.1.2) Main CPV code

79996100

 

II.1.3) Type of contract

Services

II.1.4) Short description

Greater Manchester Combined Authority (GMCA), as the contracting authority for Greater Manchester Police (GMP) seeks to appoint a supplier to provide and support a highly resilient, mature, UK PACE complaint Police RMS. The successful bidder will be required to work alongside representatives from GMP and relevant 3rd parties, to implement and configure the system to the requirements of GMP, including the provision of appropriate resources to support this.

II.1.5) Estimated total value

Value excluding VAT: 24 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

48000000

48170000

48610000

48780000

72300000

72313000

72317000

72318000

72322000

79996100

II.2.3) Place of performance

NUTS code:

UKD3


Main site or place of performance:

Manchester, M11 2NS

II.2.4) Description of the procurement

A Police RMS is defined as an industry-specific system which is accessible forcewide. It should provide for the storage, searching, retrieval, retention, management, archiving, and viewing of information, records, documents or files pertaining to law enforcement operations, whilst giving due consideration to information governance and security requirements.

At a high level, the system must:

• provide pre-configured functionality supporting the management of Crime, Case, Custody, Safeguarding and Intelligence.

• provide pre-configured search functionality against a POLE (Person, Object, Location, Event) database.

• provide pre-configured workflow functionality [currently operational for UK National Policing Systems] that meets the standards required by the Police and Criminal Evidence Act 1984.

• have interfaces that are currently operational for UK National Policing Systems and/or Services including the Police National Computer (PNC), the Police National Database (PND), the Crown Prosecution Service (CPS) and HM Courts & Tribunals Service (HMCTS).

The Invitation to Participate (ITP) contains full details of the Requirements for the Contract, the Competitive Dialogue process to be followed, and the assessment and elimination criteria for the procurement.

In order to receive the ITP and other Tender Documents, interested parties must complete and return a Non-Disclosure Agreement as part of their Expression of Interest. This should be returned as soon as possible, to ensure that Bidders have sufficient time to read, understand and complete their ITP submission prior to the deadline for Bids.

This procurement will be conducted in accordance with the Competitive Dialogue Procedure, as defined by Regulation 30 of the Public Contracts Regulations 2015 (as amended).

It is expected that this Competitive Dialogue will include 2 stages of assessment – the Invitation to Participate and the Invitation to Tender (Final Bid) - and a separate Invitation to Dialogue (“ITD”) stage which will not form part of the assessment.

However, the Authority reserves the right to use fewer or more stages of assessment, and to reduce the number of participants at each stage. This includes the option to dialogue in successive stages, to reduce the number of solutions to be discussed during the dialogue stage, by applying the award criteria set out in the ITP, in accordance with Regulation 30(12) of the Public Contracts Regulations 2015.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 24 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

The initial term of the contract will be 5 years from the date of contract award, with the option to extend up to a further 5 years, as a single extension or in increments.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: Yes

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

II.2.14) Additional information

The scope of the contract will be flexible to the requirements of the force over the life of the contract, and to functional and innovative developments in the sector during that period. With that in mind, additional functionality may be purchased from the contracted supplier in line with the ‘modification of contract’ provisions of the Public Contracts Regulations (2015).

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive dialogue

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.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-022694

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 17/05/2023

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 15/09/2023

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

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.4) Procedures for review

VI.4.1) Review body

The Greater Manchester Deputy Mayor for Policing & Crime

GMCA, Tootal Buildings, 56 Oxford Street

Manchester

M1 6EU

UK

VI.5) Date of dispatch of this notice

14/04/2023

Coding

Commodity categories

ID Title Parent category
48170000 Compliance software package Industry specific software package
72313000 Data capture services Data-processing services
72322000 Data management services Database services
72300000 Data services IT services: consulting, software development, Internet and support
72317000 Data storage services Data-processing services
72318000 Data transmission services Data-processing services
48610000 Database systems Database and operating software package
79996100 Records management Business organisation services
48000000 Software package and information systems Computer and Related Services
48780000 System, storage and content management software package Software package utilities

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:
Ali.Cordrey@gmp.police.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.