Notice Information
Notice Title
ESMCP Control Rooms - Systel Development Phase 4 2022/23
Notice Description
This procurement seeks to establish a contract between the supplier as a vendor of integrated communications control systems (ICCS) software to the three emergency services (3ES) and the Home Office, specifically the Emergency Services Mobile Communications Programme ('ESMCP' or the 'Programme'), for the provision of software development and supporting services. In summary, the service requirements are concerned with the development of a compatible ICCS product upgrade that enables the supplier's control room ICCS product(s) (as deployed to the supplier's UK 3ES customers) to interface to ESN, for the minimum subset of Kodiak 12 (K12) features as set out in the contract schedules. Kodiak is the mission critical push to talk application (provided by Motorola Solutions UK Limited) used on ESN to connect the 3ES to the EE mobile network (the ESN's mobile network operator). It is critical that the 3ES control rooms are compatible with ESN. If they are not, ESN will not work, and this could endanger life. This Notice is for the provision of services in connection with the development of Systel's IRIS Solution against Kodiak 12 (K12). It should be noted that the contracting authority may require Systel to provide further development work in the future, as may be relevant for newer versions of the release. Additional information: The Authority has contracted with a number of Original Equipment Manufacturers (OEMs) to provide Integrated Communications Control Systems (ICCS) services for the emergency services (3ES). Each OEM has proprietary systems that must be developed to ensure compatibility with the Emergency Services Network (ESN) when it goes live. The Authority has contracted with the relevant OEMs to carry out this development work (i.e. each has a contract to develop their own respective systems). One of those OEMs is Systel, which is carrying out development work on its proprietary system (called IRIS) accordingly. Systel's contract with the Authority, under which it is carrying out that development work, is to be replaced with a new contract with greater scope and increased cost to ensure compatibility against the latest Kodiak iteration (Kodiak 12). Systel is the only supplier that can provide these development services, most notably because it owns the intellectual property rights (IPRs) to IRIS, and does not license them to third party developers who might otherwise be able to do so. The parameters of the procurement are a function of the development work needed to make IRIS ESN compatible. The Authority has already contracted or is in the process of reaching an agreement with the rest of the market, either on a similar basis or under a Memorandum of Understanding (MoU), to make sure that all available ICCS solutions (i.e. Systel's and those of its competitors) are developed to be compatible with ESN. The Authority has actively sought to ensure that competition is maintained across the marketplace. The purpose of this particular procurement is to ensure 3ES users of Systel's IRIS system have an ESN compatible product. This procurement will prevent Systel from being disadvantaged in comparison to the rest of the marketplace, enabling all market players to compete fairly and offer ESN compatible control room solutions when 3ES procure control rooms in the future. The value of the proposed changes to Systel's contract is such that to comply with the PCR 2015 (as amended), the Authority must award a new contract to Systel. The above justifies, the use of a direct award relying on Reg 32(2)(b)(iii), where the services can only be supplied by a particular operator for the protection of exclusive rights including IPRs, no reasonable alternative or substitute exists and the absence of competition is not the result of an artificial narrowing of the parameters of the procurement.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-f1d4d770-07bf-419f-8efb-a775299c7c27
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/14246a57-1611-40d6-9b6b-3f5989db1286
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Negotiated procedure without prior publication (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72212100 - Industry specific software development services
72212517 - IT software development services
Notice Value(s)
- Tender Value
- £2,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- £981,754 £500K-£1M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 1 Jul 20223 years ago
- Submission Deadline
- 29 Apr 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 30 May 20223 years ago
- Contract Period
- 30 May 2022 - 22 Nov 2023 1-2 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HOME OFFICE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- SW1P 4DF
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/14246a57-1611-40d6-9b6b-3f5989db1286
1st July 2022 - Awarded contract notice on Contracts Finder -
https://atamis-8888.cloudforce.com/sfc/p/58000000L5A4/a/4I000001R7Ul/e_tNv8DvwJk.t2qjP4iW3yVMmkqkV_tMTQ0bVfMZMQg
Systel Phase 4 Development redacted contract
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-f1d4d770-07bf-419f-8efb-a775299c7c27-2022-07-01T12:42:10+01:00",
"date": "2022-07-01T12:42:10+01:00",
"ocid": "ocds-b5fd17-f1d4d770-07bf-419f-8efb-a775299c7c27",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "CF-0253300D58000000L5A4EAK1",
"title": "ESMCP Control Rooms - Systel Development Phase 4 2022/23",
"description": "This procurement seeks to establish a contract between the supplier as a vendor of integrated communications control systems (ICCS) software to the three emergency services (3ES) and the Home Office, specifically the Emergency Services Mobile Communications Programme ('ESMCP' or the 'Programme'), for the provision of software development and supporting services. In summary, the service requirements are concerned with the development of a compatible ICCS product upgrade that enables the supplier's control room ICCS product(s) (as deployed to the supplier's UK 3ES customers) to interface to ESN, for the minimum subset of Kodiak 12 (K12) features as set out in the contract schedules. Kodiak is the mission critical push to talk application (provided by Motorola Solutions UK Limited) used on ESN to connect the 3ES to the EE mobile network (the ESN's mobile network operator). It is critical that the 3ES control rooms are compatible with ESN. If they are not, ESN will not work, and this could endanger life. This Notice is for the provision of services in connection with the development of Systel's IRIS Solution against Kodiak 12 (K12). It should be noted that the contracting authority may require Systel to provide further development work in the future, as may be relevant for newer versions of the release. Additional information: The Authority has contracted with a number of Original Equipment Manufacturers (OEMs) to provide Integrated Communications Control Systems (ICCS) services for the emergency services (3ES). Each OEM has proprietary systems that must be developed to ensure compatibility with the Emergency Services Network (ESN) when it goes live. The Authority has contracted with the relevant OEMs to carry out this development work (i.e. each has a contract to develop their own respective systems). One of those OEMs is Systel, which is carrying out development work on its proprietary system (called IRIS) accordingly. Systel's contract with the Authority, under which it is carrying out that development work, is to be replaced with a new contract with greater scope and increased cost to ensure compatibility against the latest Kodiak iteration (Kodiak 12). Systel is the only supplier that can provide these development services, most notably because it owns the intellectual property rights (IPRs) to IRIS, and does not license them to third party developers who might otherwise be able to do so. The parameters of the procurement are a function of the development work needed to make IRIS ESN compatible. The Authority has already contracted or is in the process of reaching an agreement with the rest of the market, either on a similar basis or under a Memorandum of Understanding (MoU), to make sure that all available ICCS solutions (i.e. Systel's and those of its competitors) are developed to be compatible with ESN. The Authority has actively sought to ensure that competition is maintained across the marketplace. The purpose of this particular procurement is to ensure 3ES users of Systel's IRIS system have an ESN compatible product. This procurement will prevent Systel from being disadvantaged in comparison to the rest of the marketplace, enabling all market players to compete fairly and offer ESN compatible control room solutions when 3ES procure control rooms in the future. The value of the proposed changes to Systel's contract is such that to comply with the PCR 2015 (as amended), the Authority must award a new contract to Systel. The above justifies, the use of a direct award relying on Reg 32(2)(b)(iii), where the services can only be supplied by a particular operator for the protection of exclusive rights including IPRs, no reasonable alternative or substitute exists and the absence of competition is not the result of an artificial narrowing of the parameters of the procurement.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72212517",
"description": "IT software development services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72212100",
"description": "Industry specific software development services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "SW1H 9EX"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"minValue": {
"amount": 900000,
"currency": "GBP"
},
"value": {
"amount": 2000000,
"currency": "GBP"
},
"procurementMethod": "limited",
"procurementMethodDetails": "Negotiated procedure without prior publication (above threshold)",
"tenderPeriod": {
"endDate": "2022-04-30T00:00:00+01:00"
},
"contractPeriod": {
"startDate": "2022-05-31T00:00:00+01:00",
"endDate": "2023-11-22T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services"
},
"parties": [
{
"id": "GB-CFS-198568",
"name": "Home Office",
"identifier": {
"legalName": "Home Office"
},
"address": {
"streetAddress": "2 Marsham Street, Westminster",
"locality": "London",
"postalCode": "SW1P 4DF",
"countryName": "GB"
},
"contactPoint": {
"name": "ESMCP Commercial Team",
"email": "ESMCPsupplier@homeoffice.gov.uk"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-180802",
"name": "SYSTEL (SYSTEMES ET TELECOMMUNICATIONS) SA",
"identifier": {
"legalName": "SYSTEL (SYSTEMES ET TELECOMMUNICATIONS) SA"
},
"address": {
"streetAddress": "17 RUE LE VERRIER, Z.I. DE BELLE AIRE, AYTRE; FRANCE, 17440 17440"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-CFS-198568",
"name": "Home Office"
},
"awards": [
{
"id": "ocds-b5fd17-f1d4d770-07bf-419f-8efb-a775299c7c27-1",
"status": "active",
"date": "2022-05-31T00:00:00+01:00",
"datePublished": "2022-07-01T12:42:10+01:00",
"value": {
"amount": 981754,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-180802",
"name": "SYSTEL (SYSTEMES ET TELECOMMUNICATIONS) SA"
}
],
"contractPeriod": {
"startDate": "2022-05-31T00:00:00+01:00",
"endDate": "2023-11-22T23:59:59Z"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/14246a57-1611-40d6-9b6b-3f5989db1286",
"datePublished": "2022-07-01T12:42:10+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"description": "Systel Phase 4 Development redacted contract",
"url": "https://atamis-8888.cloudforce.com/sfc/p/58000000L5A4/a/4I000001R7Ul/e_tNv8DvwJk.t2qjP4iW3yVMmkqkV_tMTQ0bVfMZMQg"
}
]
}
]
}