The current contract for IT services: consulting, software development, Internet and support – Framework Lead is projected to end on 12-APR-19 and may be available for retender.
Description:
Title attributed to the contract by the contracting authority:: Force Communications Solution.
Type of contract and location of works, place of delivery or of performance: Services
Main site or location of works, place of delivery or of performance: Winsford Cheshire. The principal aim of the arrangement will be to enable supply to the Police and Crime Commissioner for Cheshire. The benefit of any arrangement established shall however be available for use of other named Police Forces as a Framework Agreement and they will have the option to utilise the arrangement to contract in their own right.
NUTS code UKD
Information on framework agreement: Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 140 000 000 GBP
Short description of the contract or purchase(s): The Police and Crime Commissioner for Cheshire (the “PCC”) and the Chief Constable of Cheshire (CC) are looking to put in place a Force Communications Solution (formerly called Operational Communications & Public Contact IT infrastructure). The contract for Cheshire will be for up to 10 years, made up of an initial term plus optional extensions. Other named Police Forces may decide to use this Framework Agreement as the basis for their contract.
The minimum draft requirements of the PCC and the CC are for a supplier to provide a Force Communications Solution in regards to the following:
– ICCS (Integrated Communication Control System);
– ACD (Automatic Call Distributor);
– Command and Control;
– Customer Information Management System/Multi media;
– Voice and data recording;
– Mapping (GIS);
– ARLS (Automatic Resource Location System);
– Integration with the Emergency Service Network and possibly Tetra during the implementation period;
– Capability to interface with other existing systems such as Niche and Duty Management.
The requirements include but are not restricted to the following:
– a solution that is integrated to meet current and future needs providing better, streamlined systems, aligning with the Cheshire Constabulary strategic objectives,
– solution and integration services to configure, implement and support the solution,
– a solution that is fit for purpose for at least 10 years after implementation,
– a solution that interfaces with other systems currently in use within the Constabulary and it must be sufficiently flexible to meet any future interface requirements,
– a solution that has the ability to interface with current Work Force Management tools and the optional provision of a Work Force Management module, if required,
– a solution that uses “Commercial Off The Shelf” (COTS) products and commodity software and hardware wherever possible,
– meet the business needs and support integrated end to end processes,
– deliver exceptional value for money whilst reducing any risk to the PCC and the CC,
– Interoperability for policing – including internal/external alliances and collaborations,
– Development of a solution in line with the Constabulary’s Contact Management Strategy to utilise and channel shift towards non-traditional methods of public contact as well as traditional such as social media, Police Contact Points, video, web chat and Web interaction,
– Integration directly with the Force web site may be required.
The Supplier will be responsible for:
– the overall definition and design of the technology solution in support of the business vision,
– assistance and advice with the transition of the systems, both new systems and any legacy systems, into the Constabulary , which may also include data cleansing and migration,
– assistance and advice with the establishment of the roles and responsibilities for on-going support and maintenance including the provision of training and support materials,
– suppliers will be required to provide licencing details, however, the PCC will retain the right to licence directly with the licence provider,
– suppliers will be required to provide details of hardware and software requirements. The PCC will retain the right to purchase these through existing agreements,
– the PCC may require a managed service post implementation for some or all of the modules,
– the PCC may wish to host the system in house however; suppliers must be able to offer the option of a hosted solution,
– the supplier shall provide a service that is capable of being accredited by CESG to hold data classified at up to IL3,
– the supplier must be able to use ITIL based processes and industry based best practice or an equivalent standard.
Information about variants: Variants will be accepted: no