Planning

101 Single Non-Emergency Number

SECRETARY OF STATE FOR THE HOME DEPARTMENT

This public procurement record has 1 release in its history.

Planning

11 Aug 2021 at 21:45

Summary of the contracting process

The Home Office is initiating a planned procurement for the management, operation, and administration of the 101 Single Non-Emergency Number, aimed at enhancing public safety and efficiency in communication with UK Police Forces. This process is classified under telecommunications services and is valued at £50 million. A Supplier Engagement Event is scheduled for 18th August 2021, from 10:00 to 10:45, where potential suppliers can learn more about the procurement approach and contract requirements. Suppliers interested in attending must register by 17:00 on 16th August and are encouraged to prepare by reviewing beforehand provided materials, subject to signing a non-disclosure agreement. The planned contract duration is for five years, with options to extend for an additional two years.

This tender presents significant opportunities for businesses within the telecommunications and public safety sectors, particularly those with expertise in call management services or software solutions. Companies capable of fulfilling the requirements related to supporting a critical public service infrastructure, including automated triage system development, will find themselves well-positioned to compete. As the Home Office seeks to improve service capabilities and enhance the efficiency of the 101 service, innovative firms that can demonstrate value-for-money and resilient service provision are particularly encouraged to engage in this tender process.

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

101 Single Non-Emergency Number

Notice Description

As part of on-going early market engagement activity, the Home Office (the Authority) wishes to raise awareness of the imminent launch of a procurement to appoint a suitable body to manage, operate and administer the 101 Single Non-Emergency Number.

Lot Information

Lot 1

The Authority requires a partner to manage, operate and administer the 101 Single Non-Emergency Number (101 SNEN), which allows the UK Public to make non-emergency contact with their local Police Force. The 101 number receives approximately 30 million calls per year, providing Critical National Infrastructure and supporting 46 UK Police Forces/Police Services in their purpose of protecting the UK Public. It provides the Public with a straightforward means of contacting their relevant local Police Force and removes the requirement for members of the Public to remember the numbers of individual Policing organisations. The mission of the 101 SNEN Programme is to enhance the capability, efficiency and consistency of this service. Its mission statement is therefore to create: "A nationally consistent service for non-emergency contact to the appropriate public authority" The Authority's requirements have been designed to achieve this objective by enabling the onboarding of additional Public Authorities to the system to expand the scope of service beyond just the Police Forces. A form of Automated Triage is sought to allow calls not most appropriately handled by the police to be identified as early as possible, informing the caller of this assessment while enabling them to continue to contact the police if they feel it appropriate; improving the quality of the service without increasing the burden of expected knowledge on the caller. With these additions the Public shall receive an improved, more consistent and capable service. The Authority is seeking to deliver its strategic priority of enhancing the critical public service which the 101 Single Non-Emergency Number provides and therefore wishes to establish a relationship with a Supplier that supports this vision in a cost-effective manner. The Authority proposes that the duration of the contract shall be for 5 years from the Operational Services Commencement Date (i.e. the date at which the Supplier's Services go live) with the option to extend by up to 2 further years in 1 year increments (i.e. 5+1+1 years). Throughout this period the Supplier shall be expected to manage, operate and administer the required Services. The Supplier shall be responsible for the set-up, maintenance, up-keep and development of the service in order to maximise value-for-money and ensure the suitable provision of resilience of the national components of the service.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02d3b1
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019522-2021
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

64 - Postal and telecommunications services


CPV Codes

64200000 - Telecommunications services

64211000 - Public-telephone services

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
11 Aug 20214 years ago
Submission Deadline
Not specified
Future Notice Date
22 Aug 2021Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SECRETARY OF STATE FOR THE HOME DEPARTMENT
Contact Name
Not specified
Contact Email
ppptcommercial@homeoffice.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
N/A
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
Not specified

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

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-h6vhtk-02d3b1-2021-08-11T22:45:06+01:00",
    "date": "2021-08-11T22:45:06+01:00",
    "ocid": "ocds-h6vhtk-02d3b1",
    "description": "As part of on-going early market engagement activity, the Home Office (the Authority) wishes to raise awareness of the imminent launch of a procurement to appoint a suitable body to manage, operate and administer the 101 Single Non-Emergency Number. Accordingly, the Authority will be holding a Supplier Engagement Event at 10:00 - 10:45am on Wednesday 18th August, where latest updates regarding the contract requirements and the procurement approach shall be shared, and where attendees shall have the opportunity to ask questions. In light of current COVID-19 safe working patterns, it is anticipated that this event will be hosted via Microsoft Teams. Suppliers who have not previously expressed an interest or participated in market engagement will first be required to sign and return an NDA, before being permitted to take part. Once the NDA is signed, suppliers will also be able to access documents pertaining to all previous and on-going market engagement events, including slide packs and Q&As. 1) Suppliers who wish to attend the Supplier Engagement Event should email PPPTCommercial@homeoffice.gov.uk by no later than 17:00 on Monday 16th August, and provide the names of up to two (2) attendees. 2) Opportunities for one-to-one sessions with individual organisations will also be available immediately after the event, to be held in 20 minute slots between 10:45 and 12:45. Please indicate whether you would like to reserve one of these slots, which will be allocated on a first come, first served basis. 3) Suppliers are also invited to suggest defined roles for potential inclusion in the contract pricing schedule, in relation to charging for ad-hoc / one-off change management costs that may be incurred during the life of the contract. To this end, Suppliers are invited to complete and return the attached 'Role Definition Template' prior to the event, which the Authority shall review and consider in due course without prejudice or obligation. Please note that all communications regarding this procurement should be sent to PPPTcommercial@homeoffice.gov.uk. General Conditions: i) The Authority reserves the right to change any information associated with this notice at any time, and Suppliers rely upon it entirely at their own risk. ii) The Authority reserves the right not to proceed with a competitive procurement exercise or to award any contract. iii) Any and all costs associated with the responding to this notice or participating in the event must be borne by the Supplier. iv) No information provided by a Supplier in response to this notice will be used in any way for evaluating the Supplier in any subsequent formal procurement process.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02d3b1",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "101 Single Non-Emergency Number",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "64211000",
            "description": "Public-telephone services"
        },
        "mainProcurementCategory": "services",
        "description": "As part of on-going early market engagement activity, the Home Office (the Authority) wishes to raise awareness of the imminent launch of a procurement to appoint a suitable body to manage, operate and administer the 101 Single Non-Emergency Number.",
        "value": {
            "amount": 50000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Authority requires a partner to manage, operate and administer the 101 Single Non-Emergency Number (101 SNEN), which allows the UK Public to make non-emergency contact with their local Police Force. The 101 number receives approximately 30 million calls per year, providing Critical National Infrastructure and supporting 46 UK Police Forces/Police Services in their purpose of protecting the UK Public. It provides the Public with a straightforward means of contacting their relevant local Police Force and removes the requirement for members of the Public to remember the numbers of individual Policing organisations. The mission of the 101 SNEN Programme is to enhance the capability, efficiency and consistency of this service. Its mission statement is therefore to create: \"A nationally consistent service for non-emergency contact to the appropriate public authority\" The Authority's requirements have been designed to achieve this objective by enabling the onboarding of additional Public Authorities to the system to expand the scope of service beyond just the Police Forces. A form of Automated Triage is sought to allow calls not most appropriately handled by the police to be identified as early as possible, informing the caller of this assessment while enabling them to continue to contact the police if they feel it appropriate; improving the quality of the service without increasing the burden of expected knowledge on the caller. With these additions the Public shall receive an improved, more consistent and capable service. The Authority is seeking to deliver its strategic priority of enhancing the critical public service which the 101 Single Non-Emergency Number provides and therefore wishes to establish a relationship with a Supplier that supports this vision in a cost-effective manner. The Authority proposes that the duration of the contract shall be for 5 years from the Operational Services Commencement Date (i.e. the date at which the Supplier's Services go live) with the option to extend by up to 2 further years in 1 year increments (i.e. 5+1+1 years). Throughout this period the Supplier shall be expected to manage, operate and administer the required Services. The Supplier shall be responsible for the set-up, maintenance, up-keep and development of the service in order to maximise value-for-money and ensure the suitable provision of resilience of the national components of the service.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "64200000",
                        "description": "Telecommunications services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2021-08-23T00:00:00+01:00"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-25303",
            "name": "Secretary of State for the Home Department",
            "identifier": {
                "legalName": "Secretary of State for the Home Department"
            },
            "address": {
                "locality": "London",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "PPPTCommercial@homeoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/home-office",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-25303",
        "name": "Secretary of State for the Home Department"
    },
    "language": "en"
}