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

Integrated Command and Control System.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

The Police and Crime Commissioner for Surrey
PO Box 412
For the attention of: Basil Amin
GU3 1BR Guildford
UNITED KINGDOM
E-mail:

Further information can be obtained from: The Police and Crime Commissioner for Surrey
The Police and Crime Commissioner for Surrey is tendering this framework contract through the Bluelight Pro-Contract portal. Prospective tenderers are advised to register their interest by going to http://www.bluelight.gov.uk and visiting the supplier area. Potential tenderers should register their interest (using the above portal) by no later than 8th December 2010 (08/12/2010) at 12 noon. Hard copy or emailed applications will not be accepted. Following this date the PCC will issue a Pre-Qualification questionnaire for completion which will be evaluated to identify the short-listed suppliers to be invited to tender.
Internet address: http://www.bluelight.gov.uk

I.2)Type of the contracting authority
Regional or local authority
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

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Integrated Command and Control System.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: South East England, United Kingdon.

NUTS code UKJ

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 a single operator

Duration of the framework agreement

Duration in months: 48

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 4 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
This contract will be let as a framework to permit Surrey Police (the Police and Crime Commissioner for Surrey), Thames Valley Police (the Police and Crime Commissioner for Thames Valley) and Hampshire Police (the Police and Crime Commissioner for Hampshire) access to utilise the contract terms and conditions should they have a requirement to upgrade their ICCS during the term of the contract. It should be noted however that at this time neither Surrey Police, Thames Valley Police nor Hampshire Police have any plans to undertake an upgrade. Therefore the immediate requirement under the framework is for the requirements of Sussex Police.
As part of the Forces restructuring of its Communications Department, Sussex Police is seeking to procure a replacement for its existing Integrated Communications Control System (ICCS).
Our intention is that when identified the solution will provide our Control Room staff with a means of access to the National 'Airwave' Radio network, whilst at the same time seamlessly integrating with our existing IPT system for both standard telephony communication and the handling of 999 emergency calls.
The solution will be required to provide this functionality within the forces new combined Communications Building at our Lewes HQ, at our Gatwick Resourcing Centre, the Amex (Football) Stadium, and at our fallback Resourcing Centre based in Brighton. Beyond these locations there is also a desire for the identified solution to enable 'remote working' at other networked force locations when operational requirements demand such a facility.
II.1.6)Common procurement vocabulary (CPV)

48000000, 48800000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
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:
Estimated value excluding VAT: 4 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
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: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate , of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

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: 6
Objective criteria for choosing the limited number of candidates: As detailed within the Pre-Qualification Questionnaire documentation which will be issued following the deadline for receipt of expressions of interest.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
13.5.2013 - 08:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
VI.3)Additional information

The Police and Crime Commissioner for Surrey is tendering this framework contract through the Bluelight Pro-Contract portal. Prospective tenderers are advised to register their interest by going to http://www.bluelight.gov.uk and visiting the supplier area. Potential tenderers should register their interest (using the above portal) by no later than 13th May 2013 (13/05/2013) at 8am. Hard copy or emailed applications will not be accepted. Following this date the PCC will issue a Pre-Qualification questionnaire for completion which will be evaluated to identify the short-listed suppliers to be invited to tender.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
12.4.2013