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

ICT Framework

  • First published: 08 December 2024
  • Last modified: 08 December 2024
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
The Police, Fire and Crime Commissioner for Northamptonshire
Authority ID:
AA77596
Publication date:
08 December 2024
Deadline date:
10 January 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Police, Fire and Crime Commissioner for Northamptonshire, in collaboration with BlueLight Commercial, wishes to establish a multi Contractor framework agreement for the provision of ICT Goods and Services

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Police, Fire and Crime Commissioner for Northamptonshire

Darby House ,Darby Close ,Park Farm Industrial Estate

Wellingborough

NN8 6GS

UK

Contact person: Lucy Westley

E-mail: commercial@northants.police.uk

NUTS: UKF25

Internet address(es)

Main address: https://northantspfcc.org.uk/landing/

Address of the buyer profile: https://northamptonshire-opfcc.my.site.com/s/Welcome

I.3) Communication

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

https://northamptonshire-opfcc.my.site.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://northamptonshire-opfcc.my.site.com/s/Welcome


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

ICT Framework

II.1.2) Main CPV code

72222300

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Police, Fire and Crime Commissioner for Northamptonshire, in collaboration with BlueLight Commercial, wishes to establish a multi Contractor framework agreement for the provision of ICT Goods and Services

II.1.5) Estimated total value

Value excluding VAT: 57 000 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1-ICT Strategic Partner

II.2.2) Additional CPV code(s)

72222100

II.2.3) Place of performance

NUTS code:

UKF25

II.2.4) Description of the procurement

The ICT Strategic Partner shall develop a relationship and understanding of a Contracting Body’s business, requirements and roadmap to help add value for the organisation. <br/><br/>There is an expectation that Contractors in this Lot will work alongside the Contracting Bodies to achieve growth, innovation and developments. <br/><br/>The Lead Contracting Body would consider bids from Contractors who are able to either provide strategic digital guidance and advice or who can provide strategic digital guidance and advice alongside purchasing and transaction activity

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: 10 000 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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: 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

Lot No: 2

II.2.1) Title

Lot 2-Hardware and associated services

II.2.2) Additional CPV code(s)

44316400

II.2.3) Place of performance

NUTS code:

UKF25

II.2.4) Description of the procurement

This Lot covers the provision of Hardware and, if required, associated services.

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: 8 000 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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: 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

Lot No: 3

II.2.1) Title

Lot 3- Software and associated services

II.2.2) Additional CPV code(s)

48000000

II.2.3) Place of performance

NUTS code:

UKF25

II.2.4) Description of the procurement

This Lot covers the provision of Software and, if required, associated services. The Contractor must be able to provide a full range of commoditised and commercial software from different vendors, to include, but not limited to open-source licences, COTS licences, Software as a Service (SaaS), operating systems, middleware, utilities and information security software. 

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: 8 000 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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: 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

Lot No: 4

II.2.1) Title

Lot 4- Hardware, software and associated services

II.2.2) Additional CPV code(s)

44316400

II.2.3) Place of performance

NUTS code:

UKF25

II.2.4) Description of the procurement

This lot covers the provision of hardware and software and associated services. Bidders wishing to bid for this lot must also bid for Lots 2 and 3.

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: 8 000 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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: 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

Lot No: 5

II.2.1) Title

Lot 5- ICT Professional Services

II.2.2) Additional CPV code(s)

72000000

II.2.3) Place of performance

NUTS code:

UKF25

II.2.4) Description of the procurement

This Lot covers the provision of ICT Professional Services. Services offered under the framework include but are not limited to Forecasting, planning and strategy , Programme & Project management ,Business case development , Operational modelling,Commissioning Services ,Risk and opportunity management ,Capability development,Transformation, change and assurance ,Policy advice and review , Economics, analysis and research  <br/><br/>IT Health check services <br/><br/>Infrastructure review <br/><br/>Security review and provisioning <br/><br/>Product development

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: 2 000 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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: 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

Lot No: 6

II.2.1) Title

Lot 6- ICT Training

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKF25

II.2.4) Description of the procurement

This Lot covers the provision of Training Services. Contractors should have the ability to provide the following services,Off the shelf training, Bespoke training and Training needs analysis based on staff experience and roles. The following subcategories are included in this Lot; IT training, data training and project management training.

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: 2 000 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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: 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

Lot No: 7

II.2.1) Title

Lot 7- Financial Data and Intelligence Solutions

II.2.2) Additional CPV code(s)

48441000

II.2.3) Place of performance

NUTS code:

UKF25

II.2.4) Description of the procurement

This Lot covers a requirement for Financial, Data and Associated Information Solutions and Intelligence Analytical/Analysis Solutions.

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: 2 000 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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: 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

Lot No: 8

II.2.1) Title

Lot 8- IT Recycling and disposal

II.2.2) Additional CPV code(s)

90513000

II.2.3) Place of performance

NUTS code:

UKF25

II.2.4) Description of the procurement

This Lot covers the provision of IT Recycling & Disposal Services. The Contractor must be able to provide the following services IT product recycling services, IT hardware recycling, data deletion, data wiping and disposal services including secure disposal, asset tracking and recording during the process, on site shredding, secure collection, asset audit reporting, certified data erasure services, shredding and degaussing, product destroying, IT products and hardware resale and remarketing (where possible), Identification of donation routes of erased devices and recycling of devices to environmental standards.

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: 1 000 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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: 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

Lot No: 9

II.2.1) Title

Lot 9- Enabling Services Systems

II.2.2) Additional CPV code(s)

48100000

II.2.3) Place of performance

NUTS code:

UKF25

II.2.4) Description of the procurement

This Lot covers the provision of Enabling Services Systems Enabling Services Systems which can be tendered under the framework include HR Systems, PDR Systems, Financial Systems, Payroll Systems, Expenses Systems, Inventory Systems, Asset and Compliance Management Systems, Planning and Duty Management Systems, Recruitment Systems,Procurement Systems,Fleet Management Systems, AP automation systems and ERP end to end Systems

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: 8 000 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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: 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

Lot No: 10

II.2.1) Title

Lot 10- Digital forensic extraction and examination tools

II.2.2) Additional CPV code(s)

48100000

II.2.3) Place of performance

NUTS code:

UKF25

II.2.4) Description of the procurement

This Lot covers the provision of evidence extraction and evidence examination tools and, if required, associated services.  This Lot shall be split into 2 subcategories: <br/>Evidence extraction tools <br/>Evidence examination tools

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: 8 000 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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: 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:

Please see requirements in the tender pack

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

Performance conditions are detailed in the tender pack

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 150

Justification for any framework agreement duration exceeding 4 years: No justification as length is 48 months

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-030921

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

Date: 10/01/2025

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: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 24/01/2025

Local time: 12:00

Place:

Darby House, Darby Close Wellingborough

Information about authorised persons and opening procedure:

Tenders shall be opened following the midday deadline by the procurement lead for the 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 Police, Fire and Crime Commissioner for Northamptonshire

Darby House ,Darby Close ,Park Farm Industrial Estate

Wellingborough

NN8 6GS

UK

E-mail: commercial@northants.police.uk

Internet address(es)

URL: https://northantspfcc.org.uk/landing/

VI.5) Date of dispatch of this notice

06/12/2024

Coding

Commodity categories

ID Title Parent category
80000000 Education and training services Education
48441000 Financial analysis software package Financial analysis and accounting software package
44316400 Hardware Ironmongery
48100000 Industry specific software package Software package and information systems
72222100 Information systems or technology strategic review services Information systems or technology strategic review and planning services
72222300 Information technology services Information systems or technology strategic review and planning services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
90513000 Non-hazardous refuse and waste treatment and disposal services Refuse disposal and treatment
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:
commercial@northants.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.