Award

ESMCP Control Rooms - Systel Development Phase 4 2022/23

HOME OFFICE

This public procurement record has 1 release in its history.

Award

01 Jul 2022 at 11:42

Summary of the contracting process

The public procurement contract titled "ESMCP Control Rooms - Systel Development Phase 4 2022/23" has been awarded by the Home Office, located in London, UK. This contract pertains to the information technology software development services industry, specifically aimed at enhancing integrated communications control systems for the three emergency services in the UK. The procurement process began with a limited and negotiated procedure without prior publication, culminating in an award decision made on 31 May 2022, with an estimated contract value of £1,981,754. The contract is set to commence on 31 May 2022 and run until 22 November 2023.

This opportunity is particularly beneficial for SMEs engaged in software development, especially those with specialisation in communications systems or integrated technology solutions. Competitors should consider their capacity to develop enhancements compatible with the Emergency Services Network, as well as their familiarity with the unique requirements and complexities involved in supporting emergency services' operational communications. This procurement not only secures a critical development role but also positions involved businesses to contribute significantly to public safety and operational efficiency in the emergency services sector.

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

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

SYSTEL (SYSTEMES ET TELECOMMUNICATIONS

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-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"
                }
            ]
        }
    ]
}