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 and Support of the 101 Single Non-Emergency Number (101 SNEN)

  • First published: 09 September 2021
  • Last modified: 09 September 2021

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:
Secretary of State for the Home Department
Authority ID:
AA78562
Publication date:
09 September 2021
Deadline date:
13 October 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Authority requires a partner to manage, operate and administer the 101 Single Non-Emergency Number (101 SNEN), which allows the UK Public to make non-emergency contact with their local Police Force.

The 101 number receives approximately 30 million calls per year, providing Critical National Infrastructure and supporting 46 UK Police Forces/Police Services in their purpose of protecting the UK Public. It provides the Public with a straightforward means of contacting their relevant local Police Force and removes the requirement for members of the Public to remember the numbers of individual Policing organisations.

The mission of the 101 SNEN Programme is to enhance the capability, efficiency and consistency of this service. Its mission statement is therefore to create:

"A nationally consistent service for non-emergency contact to the appropriate public authority"

The Authority's requirements have been designed to achieve this objective by enabling the onboarding of additional Public Authorities to the system to expand the scope of service beyond just the Police Forces. A form of Automated Triage is sought to allow calls not most appropriately handled by the police to be identified as early as possible, informing the caller of this assessment while enabling them to continue to contact the police if they feel it appropriate; improving the quality of the service without increasing the burden of expected knowledge on the caller. Subject to Authority-led arrangements, it shall be within the scope of the service to enable these non-police calls where identified to be routed to a non-police agency as seamlessly as if routing to a Police Force. With these additions the Public shall receive an improved, more consistent and capable service.

The Authority is seeking to deliver its strategic priority of enhancing the critical public service which the 101 Single Non-Emergency Number provides and therefore wishes to establish a relationship with a Supplier that supports this vision in a cost-effective manner.

The estimated annual value of the Contract is in the region of £5.8m - £8.3m ex VAT. This is an indicative value for information purposes only, and the Authority expects to receive optimum value for money proposals as part of the procurement process.

The Authority proposes that the duration of the contract shall be for 5 years from the Operational Services Commencement Date (i.e. the date at which the Supplier's Services go live) with the option to extend by up to 2 further years in 1 year increments (i.e. 5+1+1 years).

Throughout this period the Supplier shall be expected to manage, operate and administer the required Services. The Supplier shall be responsible for the set-up, maintenance, up-keep and development of the service in order to maximise value-for-money and ensure the suitable provision of resilience of the national components of the service.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Secretary of State for the Home Department

Home Office, 2 Marsham Street

London

SW1P 4DF

UK

E-mail: PPPTcommercial@homeoffice.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/home-office

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://homeoffice.app.jaggaer.com/web/login.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://homeoffice.app.jaggaer.com/web/login.html


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


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision and Support of the 101 Single Non-Emergency Number (101 SNEN)

Reference number: C19530

II.1.2) Main CPV code

64211000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Authority intends to appoint a provider to manage, operate and administer the 101 Single Non-Emergency Number (101 SNEN).

II.1.5) Estimated total value

Value excluding VAT: 58 333 333.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

64200000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The Authority requires a partner to manage, operate and administer the 101 Single Non-Emergency Number (101 SNEN), which allows the UK Public to make non-emergency contact with their local Police Force.

The 101 number receives approximately 30 million calls per year, providing Critical National Infrastructure and supporting 46 UK Police Forces/Police Services in their purpose of protecting the UK Public. It provides the Public with a straightforward means of contacting their relevant local Police Force and removes the requirement for members of the Public to remember the numbers of individual Policing organisations.

The mission of the 101 SNEN Programme is to enhance the capability, efficiency and consistency of this service. Its mission statement is therefore to create:

"A nationally consistent service for non-emergency contact to the appropriate public authority"

The Authority's requirements have been designed to achieve this objective by enabling the onboarding of additional Public Authorities to the system to expand the scope of service beyond just the Police Forces. A form of Automated Triage is sought to allow calls not most appropriately handled by the police to be identified as early as possible, informing the caller of this assessment while enabling them to continue to contact the police if they feel it appropriate; improving the quality of the service without increasing the burden of expected knowledge on the caller. Subject to Authority-led arrangements, it shall be within the scope of the service to enable these non-police calls where identified to be routed to a non-police agency as seamlessly as if routing to a Police Force. With these additions the Public shall receive an improved, more consistent and capable service.

The Authority is seeking to deliver its strategic priority of enhancing the critical public service which the 101 Single Non-Emergency Number provides and therefore wishes to establish a relationship with a Supplier that supports this vision in a cost-effective manner.

The estimated annual value of the Contract is in the region of £5.8m - £8.3m ex VAT. This is an indicative value for information purposes only, and the Authority expects to receive optimum value for money proposals as part of the procurement process.

The Authority proposes that the duration of the contract shall be for 5 years from the Operational Services Commencement Date (i.e. the date at which the Supplier's Services go live) with the option to extend by up to 2 further years in 1 year increments (i.e. 5+1+1 years).

Throughout this period the Supplier shall be expected to manage, operate and administer the required Services. The Supplier shall be responsible for the set-up, maintenance, up-keep and development of the service in order to maximise value-for-money and ensure the suitable provision of resilience of the national components of the service.

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: 60

This contract is subject to renewal: Yes

Description of renewals:

The Authority reserves the option to extend the contract duration by up to 2 further years in 1 year increments (i.e. up to a total maximum contract duration of 7 years).

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

Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates:

The evaluation process is detailed within the Selection Questionnaire (SQ) event documentation. The Authority intends to invite a minimum of three (3) and a maximum of four (4) respondents to tender, provided a sufficient number meet the Authority's Selection Questionnaire requirements.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Authority reserves the option to extend the contract duration by up to 2 further years in 1 year increments (i.e. up to a total maximum contract duration of 7 years).

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 Authority is not responsible for any bidding costs incurred by potential suppliers in respect of this procurement. The Authority reserves the right to abandon the competitive process and not award any contract; make any changes it sees as reasonable to the competition; remove and/or amend element(s) from the scope of the requirements; and accept or reject any tender.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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

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: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-000819

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

Date: 13/10/2021

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)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

For the avoidance of doubt, please note that respondents are required to express an interest separately for this competition regardless of their involvement in previous market engagement activities for this project. Any such involvement does not constitute an expression of interest for the competition advertised in this notice.

The Home Office uses an eSourcing Portal to enable its sourcing activities to be conducted over the internet. In order to express an interest, please follow the steps set out below. The procurement will be managed electronically using the Jaggaer eSourcing Portal. The eSourcing Portal is an online application that allows suppliers to create and submit their Selection Questionnaire, responses to any requests for information, requests for quotes or requests for proposals via the internet rather than in paper form.

To participate in this procurement, participants must first be registered on the eSourcing Portal. If you have not yet registered this can be done online at https://homeoffice.app.jaggaer.com/web/login.html by following the link to register.

All suppliers interested in learning more about the potential contract opportunity described in this contract notice should submit their details (company name, lead contact name, lead contact email address and telephone number), in the first instance, to the following address: PPPTcommercial@homeoffice.gov.uk

Arrangements will then be made for registered suppliers to access the eSourcing Portal for this opportunity so that they can provide a signed Non-Disclosure Agreement to enable access to the 101 SNEN procurement documents and Selection Questionnaire (SQ) event on the eSourcing Portal.

Participants are requested to submit their details as soon as possible, to allow sufficient time for the administrative process and submission of responses. The Authority requires new participants to sign a Non-disclosure Agreement (NDA) in order to be invited to participate in the competition for this project. On receipt of an email as detailed above, the Authority will either confirm it holds a signed NDA as part of previous market engagement or provide access to the NDA document through the eSourcing Portal. If required, the Authority will expect participants to download the form and then attach a signed copy of the NDA to the event. When saving the document, please ensure that you include the participant organisation's name in the filename. Once a correctly signed NDA is received by the Authority, participants will be invited to the SQ stage of the competition, and will be able to access all of the relevant project documentation.

The closing date for SQ submissions will be 12:00 on 13th October 2021. SQ clarification requests must be submitted no later than 12:00 on 5th October 2021.

In light of the situation with COVID-19 we reserve the right to delay or adjust our timetables or such other aspects of the procurement as we consider appropriate. We will therefore keep the situation under constant review and will notify all bidders of any changes as and when these are required.

VI.4) Procedures for review

VI.4.1) Review body

Secretary of State for the Home Department

London

UK

VI.5) Date of dispatch of this notice

08/09/2021

Coding

Commodity categories

ID Title Parent category
64211000 Public-telephone services Telephone and data transmission services
64200000 Telecommunications services Postal and telecommunications 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:
PPPTcommercial@homeoffice.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.