Notice Information
Notice Title
Provision and Support of the 101 Single Non-Emergency Number (101 SNEN)
Notice Description
The Authority wishes to appoint a provider to manage, operate and administer the 101 Single Non-Emergency Number (101 SNEN)
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 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 estimated annual value of the Contract is in the region of PS5.8m - PS8.3m ex VAT. This is an indicative value for information purposes only, and the Authority expects to receive optimum value for money proposals as part of the procurement process. 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.
Options: The Authority reserves the option to extend the contract duration by up to 2 further years in 1 year increments (i.e. up to a total maximum contract duration of 7 years).
Renewal: The Authority reserves the option to extend the contract duration by up to 2 further years in 1 year increments (i.e. up to a total maximum contract duration of 7 years).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02deb4
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/019210-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- 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
- £58,333,333 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 Jul 20223 years ago
- Submission Deadline
- 13 Oct 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 13 Jul 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Unsuccessful
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
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
- 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
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-h6vhtk-02deb4-2022-07-13T16:33:20+01:00",
"date": "2022-07-13T16:33:20+01:00",
"ocid": "ocds-h6vhtk-02deb4",
"description": "For the avoidance of doubt, please note that respondents are required to express an interest separately for this competition regardless of their involvement in previous market engagement activities for this project. Any such involvement does not constitute an expression of interest for the competition advertised in this notice. The Home Office uses an eSourcing Portal to enable its sourcing activities to be conducted over the internet. In order to express an interest, please follow the steps set out below. The procurement will be managed electronically using the Jaggaer eSourcing Portal. The eSourcing Portal is an online application that allows suppliers to create and submit their Selection Questionnaire, responses to any requests for information, requests for quotes or requests for proposals via the internet rather than in paper form. To participate in this procurement, participants must first be registered on the eSourcing Portal. If you have not yet registered this can be done online at https://homeoffice.app.jaggaer.com/web/login.html by following the link to register. All suppliers interested in learning more about the potential contract opportunity described in this contract notice should submit their details (company name, lead contact name, lead contact email address and telephone number), in the first instance, to the following address: PPPTcommercial@homeoffice.gov.uk Arrangements will then be made for registered suppliers to access the eSourcing Portal for this opportunity so that they can provide a signed Non-Disclosure Agreement to enable access to the 101 SNEN procurement documents and Selection Questionnaire (SQ) event on the eSourcing Portal. Participants are requested to submit their details as soon as possible, to allow sufficient time for the administrative process and submission of responses. The Authority requires new participants to sign a Non-disclosure Agreement (NDA) in order to be invited to participate in the competition for this project. On receipt of an email as detailed above, the Authority will either confirm it holds a signed NDA as part of previous market engagement or provide access to the NDA document through the eSourcing Portal. If required, the Authority will expect participants to download the form and then attach a signed copy of the NDA to the event. When saving the document, please ensure that you include the participant organisation's name in the filename. Once a correctly signed NDA is received by the Authority, participants will be invited to the SQ stage of the competition, and will be able to access all of the relevant project documentation. The closing date for SQ submissions will be 12:00 on 13th October 2021. SQ clarification requests must be submitted no later than 12:00 on 5th October 2021. In light of the situation with COVID-19 we reserve the right to delay or adjust our timetables or such other aspects of the procurement as we consider appropriate. We will therefore keep the situation under constant review and will notify all bidders of any changes as and when these are required.",
"initiationType": "tender",
"tender": {
"id": "C19530",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision and Support of the 101 Single Non-Emergency Number (101 SNEN)",
"status": "unsuccessful",
"classification": {
"scheme": "CPV",
"id": "64211000",
"description": "Public-telephone services"
},
"mainProcurementCategory": "services",
"description": "The Authority wishes to appoint a provider to manage, operate and administer the 101 Single Non-Emergency Number (101 SNEN)",
"value": {
"amount": 58333333,
"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 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 estimated annual value of the Contract is in the region of PS5.8m - PS8.3m ex VAT. This is an indicative value for information purposes only, and the Authority expects to receive optimum value for money proposals as part of the procurement process. 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.",
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "The Authority reserves the option to extend the contract duration by up to 2 further years in 1 year increments (i.e. up to a total maximum contract duration of 7 years)."
},
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 4
},
"selectionCriteria": {
"description": "The evaluation process is detailed within the Selection Questionnaire (SQ) event documentation. The Authority intends to invite a minimum of three (3) and a maximum of four (4) respondents to tender, provided a sufficient number meet the Authority's Selection Questionnaire requirements."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The Authority reserves the option to extend the contract duration by up to 2 further years in 1 year increments (i.e. up to a total maximum contract duration of 7 years)."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "cost",
"description": "50"
},
{
"name": "Social Value",
"type": "cost",
"description": "10"
},
{
"name": "Price",
"type": "cost",
"description": "40"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "64200000",
"description": "Telecommunications services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://homeoffice.app.jaggaer.com/web/login.html",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true
},
"tenderPeriod": {
"endDate": "2021-10-13T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": false,
"coveredBy": [
"GPA"
]
},
"parties": [
{
"id": "GB-FTS-27889",
"name": "Secretary of State for the Home Department",
"identifier": {
"legalName": "Secretary of State for the Home Department",
"id": "Home Office, 2 Marsham Street"
},
"address": {
"locality": "London",
"region": "UK",
"postalCode": "SW1P 4DF",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "PPPTcommercial@homeoffice.gov.uk",
"url": "https://homeoffice.app.jaggaer.com/web/login.html"
},
"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"
}
]
}
},
{
"id": "GB-FTS-25303",
"name": "Secretary of State for the Home Department",
"identifier": {
"legalName": "Secretary of State for the Home Department"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-21020",
"name": "Secretary of State for the Home Department",
"identifier": {
"legalName": "Secretary of State for the Home Department"
},
"address": {
"streetAddress": "Home Office, 2 Marsham Street",
"locality": "London",
"region": "UK",
"postalCode": "SW1P 4DF",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "PPPTcommercial@homeoffice.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/home-office",
"buyerProfile": "https://homeoffice.app.jaggaer.com/web/login.html",
"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-21020",
"name": "Secretary of State for the Home Department"
},
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "uk-fts",
"identifier": "2021/S 000-000819",
"uri": "https://www.find-tender.service.gov.uk/api/1.0/ocdsReleasePackages/000819-2021"
}
],
"language": "en",
"awards": [
{
"id": "019210-2022-1",
"relatedLots": [
"1"
],
"status": "unsuccessful",
"statusDetails": "unsuccessful"
}
]
}