Tender

Critical Communications Infrastructure Framework

YORKSHIRE AND HUMBER POLICE PROCUREMENT (Y&HPP)

This public procurement record has 1 release in its history.

Tender

13 Oct 2019 at 15:31

Summary of the contracting process

The Yorkshire and Humber Police Procurement (Y&HPP) has initiated a tender for the "Critical Communications Infrastructure Framework," which is aimed at replacing and enhancing critical communication technology for the North East Police & Fire Services. This procurement falls under the services category, specifically addressing communication and telecommunication systems, with a minimum contract value of £10 million and a total value of £50 million. The tender period is set to close on 25th November 2019, with the contract commencing on 3rd April 2020 and continuing for a duration of five years until 2nd April 2025. Interested suppliers should note that the procurement method is open, allowing broad participation in the bidding process.

This tender represents a significant opportunity for businesses specialising in communication technology, software development, and systems integration services. Companies that provide Integrated Communication Control Systems, telephony infrastructure, call recording systems, and Customer Relationship Management systems will find this tender particularly relevant. Additionally, firms capable of supporting legacy systems during the transition period are encouraged to participate, as the framework will enable them to establish a long-term partnership with the police sector, potentially leading to further projects and growth in this critical industry.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Critical Communications Infrastructure Framework

Notice Description

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 & 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. The following systems are to be replaced/introduced: 1. Integrated Communication Control System (ICCS) 2. Telephony infrastructure (Critical Telephony) 3. Call recording system 4. Customer Relationship Management (CRM) system 5. Ongoing support and maintenance for legacy systems when the current support expires 6. Solution integration services to configure, implement and support the entire solution 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.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-6ee72bb3-dee5-4f46-81ae-9020dca7e4fd
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/f8bbfa21-1836-449a-83aa-a6e0c4e65083
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment

48 - Software package and information systems


CPV Codes

32000000 - Radio, television, communication, telecommunication and related equipment

48000000 - Software package and information systems

Notice Value(s)

Tender Value
£50,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Oct 20196 years ago
Submission Deadline
25 Nov 2019Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
2 Apr 2020 - 2 Apr 2025 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
YORKSHIRE AND HUMBER POLICE PROCUREMENT (Y&HPP)
Contact Name
Lynne Allen
Contact Email
lynne.allen@southyorks.pnn.police.uk
Contact Phone
Not specified

Buyer Location

Locality
WAKEFIELD
Postcode
WF1 1DL
Post Town
Wakefield
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE45 Wakefield
Delivery Location
TLE Yorkshire and The Humber

Local Authority
Wakefield
Electoral Ward
Wakefield North
Westminster Constituency
Wakefield and Rothwell

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-6ee72bb3-dee5-4f46-81ae-9020dca7e4fd-2019-10-13T16:31:29+01:00",
    "date": "2019-10-13T16:31:29+01:00",
    "ocid": "ocds-b5fd17-6ee72bb3-dee5-4f46-81ae-9020dca7e4fd",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "20191013163126-36335",
        "title": "Critical Communications Infrastructure Framework",
        "description": "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 & 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. The following systems are to be replaced/introduced: 1. Integrated Communication Control System (ICCS) 2. Telephony infrastructure (Critical Telephony) 3. Call recording system 4. Customer Relationship Management (CRM) system 5. Ongoing support and maintenance for legacy systems when the current support expires 6. Solution integration services to configure, implement and support the entire solution 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.",
        "datePublished": "2019-10-13T16:31:29+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "32000000",
            "description": "Radio, television, communication, telecommunication and related equipment"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "48000000",
                "description": "Software package and information systems"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 10000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 50000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2019-11-25T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2020-04-03T00:00:00+01:00",
            "endDate": "2025-04-02T23:59:59+01:00"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/f8bbfa21-1836-449a-83aa-a6e0c4e65083",
                "datePublished": "2019-10-13T16:31:29+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Additional data",
                "url": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=29666&B=BLUELIGHT"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "User / Company",
                "url": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/36335"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-128043",
            "name": "Yorkshire and Humber Police Procurement (Y&HPP)",
            "identifier": {
                "legalName": "Yorkshire and Humber Police Procurement (Y&HPP)"
            },
            "address": {
                "streetAddress": "Ploughland House,",
                "locality": "Wakefield",
                "postalCode": "WF1 1DL",
                "countryName": "ENG"
            },
            "contactPoint": {
                "name": "Lynne Allen",
                "email": "lynne.allen@southyorks.pnn.police.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-128043",
        "name": "Yorkshire and Humber Police Procurement (Y&HPP)"
    }
}