Closed
Integrated Communications System (ICCS).
Descriptions
The Kent Police and Crime Commissioner (the Authority) in collaboration with Kent and Medway Fire and Rescue Authority and the Police and Crime Commissioner for Essex (the Related Authorities), is looking to put in place a new Integrated Communication Control System (ICCS), in preparation for the implementation of the Emergency Services Network (ESN).The purpose of this competition is to establish a 4 year Framework Agreement with a single service provider.The call-off contracts under the Framework Agreement for the ICCS shall be based on the Crown Commercial Services/Government Legal Services model services contract and will be for up to 9 years duration, made up of an initial term plus optional extensions. There will be an ultimate end date for all call-offs.The Authority and Related Authorities intend to sign call-off contracts on the same day that the framework agreement.Whilst there has been no indication of any other firm commitment at this stage, other named Police Forces may decide to use this Framework Agreement as the basis for their contract during the Framework term.This is a highly time constrained and force critical requirement — therefore suppliers must be able to demonstrate that they can meet the project deadlines as stated within the procurement documentation.The minimum draft requirements are for a supplier to provide an integrated solution in regards to the following:— ICCS (Integrated Communication Control System);— Command and Control;— Mapping (GIS);— ARLS (Automatic Resource Location System);— Integration with the Emergency Service Network (ESN) and AirWave/ Tetra during the implementation period;— Capability to interface with other existing systems including but not limited to Teleopti, Storm, Athena, voice and data recording services.The supplier must offer a compliant bid in accordance with the tender documentation and an optional hosted solution.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 Authority's and the Related Authorities' 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 Authority and Related Authorities environments; it must be sufficiently flexible to meet any future interface requirements,— a solution that uses ‘Commercial Off The Shelf’ (COTS) products, 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 Authority— Interoperability for policing — including internal/external alliances and collaborations,— Interoperability for other Emergency Service requirements (e.g. KMFS)— Integration directly with the Forces' and KMFS' web site(s).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, 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 details of hardware and software requirements. The Authority will retain the right to purchase these through existing agreements,— 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.The value of the Framework Agreement is estimated to be between 2 500 000 GBP to 7 000 000 GBP for the Authority and Related Authorities and an additional 2 000 000 GBP to 3 000 000 GBP for every other Named Authority calling-off the Services under the Framework Agreement. The Framework Agreement, therefore, could potentially reach a value of 64 000 000 GBP but the Authority considers this to be very unlikely and this figure will depend on the Named Authorities' decision whether to use the Framework Agreement.Owing to the size and nature of the Services and to help ensure the best service continuity, the Authority has decided not to subdivide the Contract Services into Lots.The supplier may offer the following additional services (but there shall be no commitment to purchase):— Call and voice recording;— Automatic call distribution service/system;— Command and Control;— GIS Mapping;— CCTV;— Other innovative products linked to the service.
Timeline
Published Date :
Deadline :
Contract Start :
Contract End :
Tender Regions
CPV Codes
48000000 - Software package and information systems
48510000 - Communication software package
72000000 - IT services: consulting, software development, Internet and support
32000000 - Radio, television, communication, telecommunication and related equipment
48900000 - Miscellaneous software package and computer systems
72227000 - Software integration consultancy services
Workflows
Status :
Assign to :
Tender Progress :
Details
Notice Type :
Tender Identifier :
TenderBase ID :
Low Value :
High Value :
Region :
Attachments :
Buyer Information
Address :
Website :
Procurement Contact
Name :
Designation :
Phone :
Email :
Possible Competitors
1 Possible Competitors