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

Provision of a Digital Evidence Management System

  • First published: 28 May 2022
  • Last modified: 28 May 2022

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-034122
Published by:
Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire
Authority ID:
AA59646
Publication date:
28 May 2022
Deadline date:
01 July 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Police and Crime Commissioner for Cheshire (the “PCC”) and the Chief Constable of Cheshire (CC) are working on a project to implement a reliable and robust Digital Evidence Management System (DEMS) to support the investigative process and best evidence to support prosecutions.

The new DEMS will provide capabilities and functionality currently unavailable to officers and investigators and represents an opportunity to modernise its end to end criminal justice process (from point of initial investigation through to positive justice outcome) and in doing so provide a range of business benefits.

The DEMS should be capable of ingesting, processing and delivering playable digital media from multiple sources. The system should allow for simultaneous working with multiple users logging in, searching, accessing, media playback, editing and exporting of evidence in a highly reliable, auditable and timely manner. This functionality is required if the media has been grouped under one case with multiple users being able to access the case and work with the media simultaneously.

It is important that PCC and CC are able to gather, review and action media quickly. The agreed service levels should be consistently maintained.

The new system should have a proven and established ability to integrate with third party policing systems e.g. Records Management System, Command and Control, Digital Video Interview Recording and meet the Design Principles Digital Evidence Sharing Blueprint.

The DEMs will provide a direct digital secure interface with the Crown Prosecution Service (CPS) and other key recognised criminal justice practitioners for digital evidence sharing, significantly reducing the volume of manual activities and discs produced. This will lead to a reduction of risk to the Force (data breaches) and efficiency savings (reduced time spent burning and transporting discs).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire

N/A

Headquarters, Clemonds Hey, Oakmere Road,

Winsford, Cheshire

CW7 2UA

UK

Contact person: Laura Edwards

Telephone: +44 1606363853

E-mail: laura.edwards@cheshire.pnn.police.uk

NUTS: UKD6

Internet address(es)

Main address: http://www.cheshire.police.uk

Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/33132

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=46598&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=46598&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

Provision of a Digital Evidence Management System

Reference number: CPA/SPU/1683P

II.1.2) Main CPV code

48000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Police and Crime Commissioner for Cheshire (the “PCC”) and the Chief Constable of Cheshire (CC) are working on a project to implement a reliable and robust Digital Evidence Management System (DEMS) to support the investigative process and best evidence to support prosecutions.

The DEMS should be capable of ingesting, processing, and delivering playable digital media from multiple sources.

It is important that PCC and CC are able to gather, review and action media quickly. The agreed service levels should be consistently maintained.

The new system should have a proven and established ability to integrate with third party policing systems and meet the Design Principles Digital Evidence Sharing Blueprint.

The DEMs will provide a direct digital secure interface with the Crown Prosecution Service (CPS) and other key recognised criminal justice practitioners for digital evidence sharing.

II.1.5) Estimated total value

Value excluding VAT: 3 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

48100000

48170000

48600000

48610000

48611000

48612000

48613000

48614000

48900000

72000000

II.2.3) Place of performance

NUTS code:

UKD6

UK


Main site or place of performance:

Winsford. CW7 2UA

II.2.4) Description of the procurement

The Police and Crime Commissioner for Cheshire (the “PCC”) and the Chief Constable of Cheshire (CC) are working on a project to implement a reliable and robust Digital Evidence Management System (DEMS) to support the investigative process and best evidence to support prosecutions.

The new DEMS will provide capabilities and functionality currently unavailable to officers and investigators and represents an opportunity to modernise its end to end criminal justice process (from point of initial investigation through to positive justice outcome) and in doing so provide a range of business benefits.

The DEMS should be capable of ingesting, processing and delivering playable digital media from multiple sources. The system should allow for simultaneous working with multiple users logging in, searching, accessing, media playback, editing and exporting of evidence in a highly reliable, auditable and timely manner. This functionality is required if the media has been grouped under one case with multiple users being able to access the case and work with the media simultaneously.

It is important that PCC and CC are able to gather, review and action media quickly. The agreed service levels should be consistently maintained.

The new system should have a proven and established ability to integrate with third party policing systems e.g. Records Management System, Command and Control, Digital Video Interview Recording and meet the Design Principles Digital Evidence Sharing Blueprint.

The DEMs will provide a direct digital secure interface with the Crown Prosecution Service (CPS) and other key recognised criminal justice practitioners for digital evidence sharing, significantly reducing the volume of manual activities and discs produced. This will lead to a reduction of risk to the Force (data breaches) and efficiency savings (reduced time spent burning and transporting discs).

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 55%

Quality criterion: Demonstration / Weighting: 15%

Price / Weighting:  30%

II.2.6) Estimated value

Value excluding VAT: 3 000 000.00  GBP

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

Start: 07/09/2022

End: 06/09/2027

This contract is subject to renewal: Yes

Description of renewals:

Following the initial 5 year term the contract can be extended for two periods of three years and 2 years respectively.

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:

As set out in the tender documents

III.1.2) Economic and financial standing

List and brief description of selection criteria:

As set out in the tender documents


Minimum level(s) of standards required:

As set out in the tender documents

III.1.3) Technical and professional ability

List and brief description of selection criteria:

As set out in the tender documents


Minimum level(s) of standards required:

As set out in the tender documents

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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: 01/07/2022

Local time: 12:00

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)

IV.2.7) Conditions for opening of tenders

Date: 01/07/2022

Local time: 12:00

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

High Court

Manchester

UK

VI.5) Date of dispatch of this notice

27/05/2022

Coding

Commodity categories

ID Title Parent category
48170000 Compliance software package Industry specific software package
48614000 Data-acquisition system Database systems
48600000 Database and operating software package Software package and information systems
48611000 Database software package Database systems
48610000 Database systems Database and operating software package
48612000 Database-management system Database systems
48613000 Electronic data management (EDM) Database systems
48100000 Industry specific software package Software package and information systems
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
48900000 Miscellaneous software package and computer systems Software package and information systems
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:
laura.edwards@cheshire.pnn.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.