Critical Communications Infrastructure Framework

A Contract Award Notice
by THE POLICE AND CRIME COMMISSIONER FOR WEST YORKSHIRE

Source
OJEU
Type
Framework (Supply)
Duration
5 year (est.)
Value
£50M
Sector
INDUSTRIAL
Published
10 Feb 2021
Delivery
To 10 Feb 2026 (est.)
Deadline
n/a

Concepts

Location

West Yorkshire, WF1 1DL

Geochart for 2 buyers and 1 suppliers

Description

The Police and Crime Commissioner for West Yorkshire is establishing a framework for a period of 5 years for the North East Police and Fire Services. The framework will be established with one strategic partner to configure, implement and support the full end-to-end solution. The following systems are to be replaced/introduced: 1) Integrated communication control system; 2) Critical telephony infrastructure; 3) Call recording system; 4) Customer relationship management system; 5) Ongoing support and maintenance for legacy systems; 6) Solution integration services to configure, implement and support the entire solution. Interested suppliers should note that the statement of requirements has been created based upon the West Yorkshire Police (WYP) requirements. Participating authorities shall require their own proposal to be created based on their individual infrastructure, although the core components shall be the same.

Total Quantity or Scope

The Police and Crime Commissioner for West Yorkshire (PCC) has identified a need to replace the below listed technology and have elected to establish a framework for a period of 5 years for the North East Police and Fire Services. It is intended that the framework will be established with one strategic partner to configure, implement and support the full end-to-end solution. … 1) Integrated Communication Control System (ICCS); 2) Telephony infrastructure (Critical Telephony); … 4) Customer Relationship Management (CRM) system; 5) Ongoing support and maintenance for legacy systems when the current support expires; … The above infrastructure is critical to the Force’s ability to answer and respond to 999 and 101 calls. The telephony infrastructure allows the Force to receive 999 and 101 calls and route it to desks which agents are sat at. The ICCS system allows despatchers to task officers over the Airwave radio network and the call recording system ensures that all 999,101 and despatch communications are recorded in case they are needed for evidential purposes or for clarification on information that has been received. The CRM is used to capture all content in the organisation enabling the effective management of all face-to-face digital and telephony interactions. Support shall be needed for legacy systems whilst implementation progresses. Interested suppliers should note that the statement of requirement has been created based upon the West Yorkshire Police (WYP) requirements. Participating authorities shall require their own proposal to be created based on their individual infrastructure, although the core components shall be the same. Further information can be obtained within the tender pack, bidders are encouraged to ensure they understand all aspects of the tender pack prior to submitting a bid.

Award Detail

1 Airwave Solutions (London)
  • Critical Communications Infrastructure Framework
  • Reference: 1
  • Num offers: 2
  • Value: £50,000,000

Award Criteria

Quality 65.0
Price 35.0

CPV Codes

  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 48000000 - Software package and information systems

Indicators

  • Award on basis of price and quality.

Other Information

The Police and Crime Commissioner for West Yorkshire Police (PCC) is tendering for the provision of Critical Communications Infrastructure. The resulting framework agreement will be available for use by the North East Regional Police Forces and the North East Regional Fire and Rescue Services in the United Kingdom. For Further information follow the links below: www.justiceinspectorates.gov.uk/hmic/ The PCC expressly reserves the right: (a) not to award a framework agreement as a result of the procurement process commenced by publication of this notice; and (b) to make whatever changes it may see fit to the content and structure of the tendering competition: and in no circumstances will the PCC be liable for any costs incurred by the tenderers. If the PCC decides to enter into a framework agreement with the successful supplier, this does not mean that there is any guarantee of any subsequent call-off contracts being awarded. Any expenditure work or effort undertaken prior to framework agreement award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this framework agreement will form a separate contract under the scope of this framework agreement between the supplier and the specific requesting other contracting body. The duration referenced in Section 11.2.7 is for placing call-off contracts. The value provided in Sections 11.1.5 and 11.2.6 is only an estimate. The PCC cannot guarantee to the supplier any business through this framework agreement.

Reference

Domains