DOJ - PSNI - Managed Service Requirement - ANPR.
Contract notice
Services
Section I: Contracting authority
Police Service of Northern Ireland (PSNI)
42 Montgomery Road
Contact point(s): [email protected]
BT6 9LD Belfast
UNITED KINGDOM
Internet address(es):
Address of the buyer profile: https://etendersni.gov.uk/epps
Electronic access to information: https://etendersni.gov.uk/epps
Electronic submission of tenders and requests to participate: https://etendersni.gov.uk/epps
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Service category No 7: Computer and related services
NUTS code UKN
- Field Support for fixed and mobile ANPR systems including planned preventative maintenance visits for fixed ANPR installations,
- Installations, moves and changes (IMAC) of fixed and mobile ANPR systems,
- First-line support of PSNI's bespoke mobile communication solution,
- Management of spare hardware and components for systems under support,
- Management of repair loop for faulty or damaged hardware,
- Decommissioning legacy systems as directed by the authority,
- Field support for additional services which are anticipated to be incepted during the life of this contract,
- Implementation of remedial actions where any device is found to be non-compliant with National ANPR Standards for Policing,
- Replacement of end of life fixed sites and mobile ANPR assets and Support for emergent ANPR technologies as adopted by the service,
- Refresh of fixed and mobile ANPR assets,
- It is estimated that upon the securing of funding that approximately 35 % of fixed assets will be refreshed in Year 1 and the remaining 65 % in Year 4, Mobile ANPR Assets will be refreshed in Year 3,
- Provision of ANPR goods and services catalogue.
72000000, 48730000, 48960000, 30230000, 30236200, 72250000, 30200000, 30211300, 30211400, 30212000, 30213000, 30213100, 30214000, 30215000, 30216000, 30216100, 30231000, 30231100, 30232000, 30234500, 30236000, 30237000, 30237200, 30237300, 31000000, 31111000, 32231000, 32234000, 32235000, 32412000, 32420000, 32571000, 32580000, 34970000, 45316210, 50300000, 50312200, 50312210, 50312410, 50312600, 50312610, 50312620, 50323000, 50323100, 72130000, 72200000, 72210000, 72212211
- Field Support for fixed and mobile ANPR systems including planned preventative maintenance visits for fixed ANPR installations. This is a reactive service where incidents logged by users are responded to by the supplier attending a roadside site or police station to troubleshoot and resolve the incident. Preventative maintenance visits are scheduled in advance by the supplier in agreement with the Authority, which requires the supplier to visit each camera location once each quarter to conduct an inspection and remedy any defects at the earliest opportunity to prevent an unplanned outage of any element of equipment.
- Installations, moves and changes (IMAC) of fixed and mobile ANPR systems. There are a range of reasons that will necessitate the installation, relocation or changes to an existing fixed or mobile ANPR installation. When such circumstances arise, an incident or request is generated to task the supplier to install, move or change the configuration of an installation.
- Management of spare hardware and components for systems under support. To enable service levels to be met, the Authority will supply a range of spare hardware to be used by the contractor in dealing with incidents. The contractor will be responsible for accounting for and managing the stock levels of all spare equipment to ensure these are maintained at an adequate level to prevent SLA's being breached due to non-availability of serviceable spare hardware. The stock levels of spare equipment is reviewed and accounted for within monthly service management meetings.
- Management of repair loop for faulty or damaged hardware. Agreed processes have been instantiated, which make provision for return of failed assets to hardware vendors for component level repairs. The support contractor is responsible for following the process to ensure a quick turnaround of the repaired hardware, hastening the repair agent where required. Once returned the asset is required to be placed on test to ensure it is fully functional before being returned to the spare equipment stock.
- Decommissioning legacy systems as directed by the Authority. Where systems reach the end of their useful life, the assets are to be removed and replaced with new items. The supplier is required to remove, recover and record details of the asset before invoking agreed processes for disposal of the assets. Where there is residual value in the assets, any value beyond the cost of disposal is to be recouped by the Authority.
- Field support for additional services, which are anticipated to be incepted during the life of this contract ANPR is a continually evolving solution with PSNI, as new methods of data collection are identified and new capabilities are placed into service, an adaptive, responsive support service needs to follow to ensure new capabilities are effectively maintained and where incidents arise, failed components can be swapped out for serviceable items.
- Implementation of remedial actions where any device is found to be non-compliant with National ANPR Standards for Policing. To maximise its return on investment in ANPR, PSNI employs a range of techniques to monitor the performance of each camera on its infrastructure. Where any camera is assessed as being outside the performance metrics mandated by the National ANPR Service for Policing standards, an incident will be raised requiring the camera to be reconfigured to ensure it continues to perform at an optimal level.
- Replacement of end of life fixed sites and mobile ANPR assets. During the life of this contract all mobile and fixed ANPR cameras and processing hardware will reach the end of its useful life. It is planned, to replace all ANPR cameras and processing hardware with new items, in 3 tranches of work within years 1, 3 and 4 if this contract subject to the availability of funding.
-Provision of ANPR goods and services catalogue. To simplify the process of procuring ANPR goods and services it is proposed that a service catalogue will be offered by the supplier, from which the Authority may select items for purchase from the supplier. The goods and services catalogue will be reviewed every 6 months to ensure it contains the most appropriate range of products to meet the requirements of the Authority.
Estimated value excluding VAT: 0 GBP
Description of these options: It is anticipated that over the duration of the contract that this will be apportioned as follows:
1. Core services - 3 000 000 GBP-5 000 000 GBP over 7 Years,
2. New sites and relocations - 1 000 000 GBP-3 000 000 GBP over 7 Years - Subject to funding,
3. Refresh mobile and fixed - 2 500 000 GBP-5 000 000 GBP over 7 Years - Subject to funding.
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
Section III: Legal, economic, financial and technical information
Minimum level(s) of standards possibly required: As per tender documentation.
As per tender documentation.
Minimum level(s) of standards possibly required:
Company Experience (Pass/Fail) as specified within the instructions to tenders within the tender documentation.
Section IV: Procedure
The most economically advantageous tender in terms of the criteria stated below
1. AC01 - Fixed site ANPR incident methodology. Weighting 13
2. AC02 - Mobile ANPR incident methodology. Weighting 13
3. AC03 - Equipment refresh methodology. Weighting 12
4. AC04 - Installation scenario 1. Weighting 3
5. AC05 - Installation scenario 2. Weighting 3
6. AC06 - Installation scenario 3. Weighting 3
7. AC07 - Installation scenario 4. Weighting 3
8. Quantitative assessment (Cost). Weighting 50
Payable documents: no
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information