Integrated Operational Policing Systems (IOPS) Framework.
Contract notice
Services
Section I: Contracting authority
Greater Manchester Police Authority
Central Park, Force HQ, Northampton Road
For the attention of: Mr Colin Carey
M40 5BP Manchester
UNITED KINGDOM
Telephone: +44 1618561300
E-mail:
Internet address(es):
General address of the contracting authority: www.gmp.police.uk
Address of the buyer profile: https://www.bluelight.gov.uk
Electronic access to information: https://www.bluelight.gov.uk
Electronic submission of tenders and requests to participate: https://www.bluelight.gov.uk
Further information can be obtained from: Greater Manchester Police Authority
Central Park, Force HQ, Northampton Road
For the attention of: Mr Colin Carey
M40 5BP Manchester
UNITED KINGDOM
Telephone: +44 1618561300
E-mail:
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Greater Manchester Police Authority
Central Park, Force HQ, Northampton Road
For the attention of: Mr Colin Carey
M40 5BP Manchester
UNITED KINGDOM
Telephone: +44 1618561300
E-mail:
Tenders or requests to participate must be sent to: Greater Manchester Police Authority
Central Park, Force HQ, Northampton Road
For the attention of: Mr Colin Carey
M40 5BP Manchester
UNITED KINGDOM
Telephone: +44 1618561300
E-mail:
The contracting authority is purchasing on behalf of other contracting authorities: yes
Greater Manchester Police
Central Park, Force HQ, Northampton Road
M40 5BP Manchester
UNITED KINGDOM
Section II: Object of the contract
Service category No 7: Computer and related services
NUTS code UK
maximum number of participants to the framework agreement envisaged: 8
Duration of the framework agreement
Duration in years: 6Justification for a framework agreement, the duration of which exceeds four years: The planned duration is for an initial term of 4 years with an option to extend for up to 2 further 12-month periods. The framework is intended to allow for a number of requirements forming part of the IS Transformation Project to be implemented over a period of time and some projects will start later than others. Therefore the later projects may not be completed until after the initial four years from establishment of the framework. Also the call-off contracts will contain performance measures related to achievement of certain post-completion standards therefore may need to continue beyond the initial 4 years. Finally, the call-off contracts require framework contractors to commit to work together and collaborate with each other and the authority and, given the time for planning, approval, design and implementation of projects, and the need to secure the benefit of continuous improvement, these behaviours may need to continue beyond the initial 4 years.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:Range: between 7 000 000 and 100 000 000 GBP
Frequency and value of the contracts to be awarded: Greater Manchester Police anticipates using the framework to purchase its c. 7 000 000 GBP iOPS requirement. The extent to which other authorities may use the framework is not confirmed.
The scope of the transformation will cover all aspects of operational policing technology and the Technology Transformation Partner or Partners will be engaged to support GMP through the entire lifecycle of the technology transformation and operation. Therefore, technology solutions and experience are sought in the design, build, implementation and operation of operational policing technology.
The following are the capabilities/functionality which GMP and/or other participating authorities may (but are not bound to) commission the following capabilities:
Core capabilities:
1) Contact Management;
2) Incident Management;
3) Resource Management;
4) Stop and Search Management;
5) Operations Management;
6) Crime Management;
7) Intelligence Management;
8) Offender Management;
9) PPI Management;
10) NPI Management;
11) Search Management;
12) Missing Person Management;
13) Case Management;
14) Custody Management;
15) Property Management;
16) Dynamic Mapping;
17) POLE Store;
18) Presentation Layer;
19) Systems Integration;
Additional Capabilities;
1) Mobile Property Recording/Forensics Management;
2) Public Notification Management;
3) Manage Inbound Contact;
4) Enhanced Accessibility;
5) Contact Transfer;
6) Online Appointment Scheduling;
7) Digital Data Manipulation/Predictive Analysis;
8) Crime Management Portal;
9) Live (Video) Capabilities;
10) Digital Data Management;
11) Open Source Access;
12) Mobile Availability of Essential Functionality;
13) Mobile Custody Management;
14) Mobile Non-Judicial Disposal;
15) Partner Agency Tasking Integration (including case to CPS management);
16) Automatic Number Plate Recognition;
17) Integrated Professional Standards Management Capability;
18) Integrated Licensing Management.
Both GMP and/or any of the contracting authorities identified in this notice may require any of the above services or capabilities to be delivered under the framework, as well as any further services or capabilities which are linked to, or which support or facilitate, or are reasonably ancillary to the Core and/or the Additional Services.
30200000, 32000000, 50310000, 50320000, 50330000, 72100000, 72200000, 72300000, 72500000
Core Capabilities:
1) Contact Management;
2) Incident Management;
3) Resource Management;
4) Stop and Search Management;
5) Operations Management;
6) Crime Management;
7) Intelligence Management;
8) Offender Management;
9) PPI Management;
10) NPI Management;
11) Search Management;
12) Missing Person Management;
13) Case Management;
14) Custody Management;
15) Property Management;
16) Dynamic Mapping;
17) POLE Store;
18) Presentation Layer;
19) Systems Integration;
Additional Capabilities;
1) Mobile Property Recording/Forensics Management;
2) Public Notification Management;
3) Manage Inbound Contact;
4) Enhanced Accessibility;
5) Contact Transfer;
6) Online Appointment Scheduling;
7) Digital Data Manipulation/Predictive Analysis;
8) Crime Management Portal;
9) Live (Video) Capabilities;
10) Digital Data Management;
11) Open Source Access;
12) Mobile Availability of Essential Functionality;
13) Mobile Custody Management;
14) Mobile Non-Judicial Disposal;
15) Partner Agency Tasking Integration (including case to CPS management);
16) Automatic Number Plate Recognition;
17) Integrated Professional Standards Management Capability;
18) Integrated Licensing Management.
Description of these options: Option to extend the framework by 2 x 1 yr extensions in addition to its initial 4 year duration, up to a maximum of 6 years.
Provisional timetable for recourse to these options:
in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
Description of particular conditions: Yes - contract conditions to be provided with invitation to tender.
See PQQ.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Criteria as set out in the PQQ.
Additional information about electronic auction: N/A.
Payable documents: no
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
In addition to the authority's iOPS requirement, the authority intends to make the framework available to all other 'blue light' users in the UK, being all Police and Crime Commissioners in England, Wales and Northern Ireland (a full list of which may be found at Please see details in paragraph VI.3 (Additional Information). Addresses and relevant details of the other contracting authorities may be found on their respective websites.), Police Scotland, UK Police Forces (http://www.police.uk/forces/), NHS ambulance trusts (including Foundation Trusts) in England, the Welsh Ambulance Service Trust, the Scottish Ambulance Service, the Northern Ireland Ambulance Service Health and Social Care Trust, fire and rescue services and fire authorities in the UK, and the successors to any of them in the exercise of their statutory functions. Users in Northern Ireland and Scotland may require amendments to the contractual documents to comply with the legal requirements of their respective jurisdictions.