Notice Information
Notice Title
Dynamic decision and Case Management System
Notice Description
Dynamic decision and Case Management System (Previously referred to as National Policing Proactive Information and Recording Management Solution (NP21RM)). This procurement is for a single supplier Framework Agreement providing an interoperable ICT solution for Law Enforcement organisations within proactive investigations/operations. Capabilities will include, but not limited to; - End-to-end case management. - Decision logging - Decision support - Synergistic Capability Suppliers are required to meet the security and qualification requirements to enable access to the documentation.
Lot Information
Lot 1
The Police Digital Service intends to implement a Framework Agreement (via a Competitive Procedure with Negotiation) which allows police forces, other law enforcement agencies and public bodies to call off the services. The high-level requirements include, but are not limited to, the following: (i) Business application development - (development of new applications, integration with existing systems and interfaces with external systems); (ii) Business application/s support and maintenance - (support and maintenance of production application systems, business continuity management, upgrades to applications resulting from technology changes); (iii) Desktop services - (end to end desktop managed service, virtual desktop infrastructure, virtual and thin solutions, remote access, integration and interface management between third party desktop provided services and other services provided under this PIN); (iv) System integration (service management, service desk/helpdesk, event management, incident management, problem management, request fulfilment, common service operations, access management, application support management, ICT facilities management, change management, configuration management, knowledge management, release planning, release management, service catalogue management, service level management, capacity management, availability management, service continuity, information security management, supplier management and network management); and (v) Provision of Hardware and Commercial Off the Shelf (COTS) Software - (licensing of proprietary or open-source software including underlying database systems, maintenance, provision of third-party items, configuration and implementation services). Scope of project across UK policing, wider law enforcements and its partners. These capabilities and services are envisioned to be introduced, in one coherent solution, across proactive police operations i.e. planned, deliberate investigations/operations which may include, but not limited to the following: - Serious Organised Crime (SOC) investigations and associated operations at all levels (force, regional and national) including the sensitive intelligence network; - Counter Terrorism Policing investigations and associated operations at all levels (force, regional and national); - Fugitive/manhunt investigations and associated operations at all levels (force, regional and national); - Kidnap/crime in action response investigations and associated operations at all levels (force, regional and national); - Cyber incidents and investigations/operations across the ROCU Cybercrime Units and Force Cybercrime Units in UK policing; and - Any planned operation where there is a clear or implied threat to life (TTL) in which the operation invokes a response under Article 2 of the Human Rights Act 1998, placing an obligation on law enforcement agencies to take reasonable steps to protect a person whose life is in 'Real and Immediate Danger'. Over the duration of the agreement scope may change to meet legislative and/or policy changes. Hosting of the solution is to be determined please refer to the Tender documents. All estimated values in this notice include all hosting costs, however the final requirements will be provided within the documentation. Additional information: Suppliers are required to meet the security requirements; Vetting -to have a minimum of either current NPPV3 or SC clearance issued by the Warwickshire Police National Contractor Vetting Scheme (NCVS), evidence of which must be provided prior to the NDA being issued. NDA - must be signed and returned. On receipt the Bidder will be provided access to the relevant tender pack.
Options: The Framework Agreement term is 7 years, part of the 7 years will be the Development Period and the Trial Year. There is an option for the Company to extend the Framework by up to 3 years. Call-Off Contract term is for 6 years, for early adopting forces 1 year of the 6 year term will be the Trial Year.
Renewal: The duration stated above is the maximum Framework term and includes options to extend.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03dc39
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/008198-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
Notice Value(s)
- Tender Value
- £30,000,000 £10M-£100M
- Lots Value
- £30,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £15,236,589 £10M-£100M
Notice Dates
- Publication Date
- 6 Mar 202511 months ago
- Submission Deadline
- 24 Jul 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 6 Mar 202511 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- POLICE DIGITAL SERVICE
- Contact Name
- Victoria Barton
- Contact Email
- victoria.barton@pds.police.uk
- Contact Phone
- +44 7890917474
Buyer Location
- Locality
- LONDON
- Postcode
- EC2V 7JE
- Post Town
- Central 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
- City of London
- Electoral Ward
- Cheap
- 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-03dc39-2025-03-06T13:10:30Z",
"date": "2025-03-06T13:10:30Z",
"ocid": "ocds-h6vhtk-03dc39",
"description": "The procurement is in support of a project vision of: \"A consistent, robust and trusted approach to complete case management, contemporaneous recording of decision-making and operational responses for all UK police forces and nationally coordinated law enforcement structures that are charged with conducting operations where the threat to public and officer safety may be high. This initiative will focus on the end user of intelligence and wider situational awareness that supports effective decision-making.\" This procurement will also support the wider Police Digital Strategy 2030 and be an enabler of \"aligning around a national vision for police data and technology. This will be borne from the architectural principles we apply, and will guide our investments.\" Documents will be restricted view for those individuals who have met the minimum stated security requirements. Should suppliers withdraw from the process at any stage, all documentation must be securely disposed of and confirmation provided via EU Supply (Bluelight) ALL communication regarding the NDA and security vetting MUST be sent to Commercial@pds.police.uk FAO Victoria Barton REF: DDaCS 75881 All communication regarding all other matters MUST be sent via EU Supply (Bluelight) messaging NB: NO OTHER FORM OF COMMUNICATION WILL BE ACCEPTED FOR THIS STAGE OF THE OPPORTUNITY. Bidders who have already provided an updated NDA and vetting status as part of the pre-procurement market engagement are not required to resubmit this evidence.",
"initiationType": "tender",
"tender": {
"id": "PDSCN-165-2022",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Dynamic decision and Case Management System",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "Dynamic decision and Case Management System (Previously referred to as National Policing Proactive Information and Recording Management Solution (NP21RM)). This procurement is for a single supplier Framework Agreement providing an interoperable ICT solution for Law Enforcement organisations within proactive investigations/operations. Capabilities will include, but not limited to; - End-to-end case management. - Decision logging - Decision support - Synergistic Capability Suppliers are required to meet the security and qualification requirements to enable access to the documentation.",
"value": {
"amount": 30000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Police Digital Service intends to implement a Framework Agreement (via a Competitive Procedure with Negotiation) which allows police forces, other law enforcement agencies and public bodies to call off the services. The high-level requirements include, but are not limited to, the following: (i) Business application development - (development of new applications, integration with existing systems and interfaces with external systems); (ii) Business application/s support and maintenance - (support and maintenance of production application systems, business continuity management, upgrades to applications resulting from technology changes); (iii) Desktop services - (end to end desktop managed service, virtual desktop infrastructure, virtual and thin solutions, remote access, integration and interface management between third party desktop provided services and other services provided under this PIN); (iv) System integration (service management, service desk/helpdesk, event management, incident management, problem management, request fulfilment, common service operations, access management, application support management, ICT facilities management, change management, configuration management, knowledge management, release planning, release management, service catalogue management, service level management, capacity management, availability management, service continuity, information security management, supplier management and network management); and (v) Provision of Hardware and Commercial Off the Shelf (COTS) Software - (licensing of proprietary or open-source software including underlying database systems, maintenance, provision of third-party items, configuration and implementation services). Scope of project across UK policing, wider law enforcements and its partners. These capabilities and services are envisioned to be introduced, in one coherent solution, across proactive police operations i.e. planned, deliberate investigations/operations which may include, but not limited to the following: - Serious Organised Crime (SOC) investigations and associated operations at all levels (force, regional and national) including the sensitive intelligence network; - Counter Terrorism Policing investigations and associated operations at all levels (force, regional and national); - Fugitive/manhunt investigations and associated operations at all levels (force, regional and national); - Kidnap/crime in action response investigations and associated operations at all levels (force, regional and national); - Cyber incidents and investigations/operations across the ROCU Cybercrime Units and Force Cybercrime Units in UK policing; and - Any planned operation where there is a clear or implied threat to life (TTL) in which the operation invokes a response under Article 2 of the Human Rights Act 1998, placing an obligation on law enforcement agencies to take reasonable steps to protect a person whose life is in 'Real and Immediate Danger'. Over the duration of the agreement scope may change to meet legislative and/or policy changes. Hosting of the solution is to be determined please refer to the Tender documents. All estimated values in this notice include all hosting costs, however the final requirements will be provided within the documentation. Additional information: Suppliers are required to meet the security requirements; Vetting -to have a minimum of either current NPPV3 or SC clearance issued by the Warwickshire Police National Contractor Vetting Scheme (NCVS), evidence of which must be provided prior to the NDA being issued. NDA - must be signed and returned. On receipt the Bidder will be provided access to the relevant tender pack.",
"value": {
"amount": 30000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": true,
"renewal": {
"description": "The duration stated above is the maximum Framework term and includes options to extend."
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 7
},
"selectionCriteria": {
"description": "This is the number of Bidders who we intend to invite to submit initial Tenders, that is subject to Bidders meeting the Selection Criteria as set out in the SQ."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The Framework Agreement term is 7 years, part of the 7 years will be the Development Period and the Trial Year. There is an option for the Company to extend the Framework by up to 3 years. Call-Off Contract term is for 6 years, for early adopting forces 1 year of the 6 year term will be the Trial Year."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "55"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "35"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=69942&B=BLUELIGHT",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Selection criteria as stated in the procurement documents",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "Suppliers are required to meet the security requirements; Vetting -to have a minimum of either current NPPV3 or SC clearance issued by the Warwickshire Police National Contractor Vetting Scheme (NCVS), evidence of which must be provided prior to the NDA being issued. NDA - must be signed and returned. On receipt the Bidder will be provided access to the relevant tender pack.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"periodRationale": "This is a complex IT solution with an estimated development and implementation stage of approximately 2-3 yrs, with multiple organisations having the ability to utilise this Framework Agreement. Therefore, to ensure commercial viability the Framework term will be 7 years with the option to extend for a further 3 years."
}
},
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true,
"invitationDate": "2023-08-18T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-07-24T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 270
}
},
"hasRecurrence": false,
"reviewDetails": "Bidders should refer to Clause 35 of the Draft Terms and conditions.",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2023-07-24T12:00:00+01:00"
},
"newValue": {
"date": "2023-07-31T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit for receipt of tenders or requests to participate"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-54627",
"name": "Police Digital Service",
"identifier": {
"legalName": "Police Digital Service",
"id": "08113293"
},
"address": {
"streetAddress": "20 Gresham Street,",
"locality": "LONDON",
"region": "UK",
"postalCode": "EC2V 7JE",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Victoria Barton",
"telephone": "+44 7890917474",
"email": "victoria.barton@pds.police.uk",
"url": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=69942&B=BLUELIGHT"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://pds.police.uk",
"buyerProfile": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/94392",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "03",
"description": "Public order and safety"
}
]
}
},
{
"id": "GB-FTS-85909",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "7 Rolls Building, Fetter Lane",
"locality": "London",
"postalCode": "EC4A 1NL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-140041",
"name": "Black Rainbow Ltd.",
"identifier": {
"legalName": "Black Rainbow Ltd.",
"id": "607194 (Irish Company Registration Number)"
},
"address": {
"streetAddress": "Dundaniel House,",
"locality": "Inishannon, Co",
"region": "IE",
"postalCode": "County Cork",
"countryName": "Ireland"
},
"contactPoint": {
"telephone": "+44 7831919676",
"email": "nikki.moscrop@blackrainbow.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-54627",
"name": "Police Digital Service"
},
"language": "en",
"awards": [
{
"id": "008198-2025-1-1",
"relatedLots": [
"1"
],
"title": "Dynamic decision and Case Management System",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-140041",
"name": "Black Rainbow Ltd."
}
]
}
],
"contracts": [
{
"id": "008198-2025-1-1",
"awardID": "008198-2025-1-1",
"title": "Dynamic decision and Case Management System",
"status": "active",
"value": {
"amount": 15236589,
"currency": "GBP"
},
"dateSigned": "2025-03-06T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "3",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "4",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
}
}