By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Integrated Operational Policing Systems (IOPS) Framework.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

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:

I.2)Type of the contracting authority
Regional or local agency/office
I.3)Main activity
Public order and safety
I.4)Contract award on behalf of other contracting authorities

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

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Integrated Operational Policing Systems (IOPS) Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 8

Duration of the framework agreement

Duration in years: 6
Justification 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.
II.1.5)Short description of the contract or purchase(s)
To support GMP's transformation goals it intends to establish a framework agreement for the provision of operational policing systems and the services to implement and support these. The services required include, but are not limited to, provision of software, system design, System build, System Integration, System(s) operation.
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.
II.1.6)Common procurement vocabulary (CPV)

30200000, 32000000, 50310000, 50320000, 50330000, 72100000, 72200000, 72300000, 72500000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
This framework will consist of a Single Lot and last a total of 6 years (4 + 1 + 1).
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.
II.2.2)Information about options
Options: yes
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)
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 72 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent company or other guarantees may be required in certain circumstances. See contract documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Requests to participate will be accepted from groupings of economic operators (consortia). In the event of a successful consortium bid, the Contracting Authority reserves the right to require groupings of entities to take a particular legal form and/or require that a single consortium member takes primary liability or that each member undertakes joint and several liability irrespective of the legal form adopted. Where a subsidiary company is used, the ultimate parent company may be required to provide a guarantee in respect of the performance of the contract by the subsidiary before acceptance.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Yes - contract conditions to be provided with invitation to tender.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a pre-qualification questionnaire (PQQ). This is available from the buyer profile address in I.1) above and must be returned by 12:00 on 10.3.2015.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: See PQQ.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See PQQ.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 8
Objective criteria for choosing the limited number of candidates: Criteria as set out in the PQQ.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction: N/A.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
0461
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 10.3.2015 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
10.3.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
14.4.2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 20.5.2015 - 12:00
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional 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.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The authority will allow a 10-day 'standstill' period between announcing the outcome of the tender process and entering into the framework agreements with the successful tenderers in accordance with Regulations 32 and 32A of the Public Contracts Regulations 2006 (as amended)("PCR"). Claims brought outside this period may be limited to a claim for damages. Claims must be brought in accordance with the PCR and in particular must comply with the strict time limits set out in the PCR.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
10.2.2015

Other interesting websites