Tender

Requirements Management System for Emergency Services Network (ESN)

HOME OFFICE - PUBLIC SAFETY GROUP, EMERGENCY SERVICES MOBILE COMMUNICATIONS PROGRAMME (ESMCP)

This public procurement record has 2 releases in its history.

Tender

28 Jun 2024 at 14:53

Planning

23 Oct 2023 at 09:53

Summary of the contracting process

The Home Office - Public Safety Group, Emergency Services Mobile Communications Programme (ESMCP) has issued a tender for a Requirements Management System for the Emergency Services Network (ESN) project. The procurement involves SaaS Licences, Installation, Maintenance, and Training Services within the Information Technology sector. The tender is currently at the award stage, with a tender period ending on 31st July 2024. Interested parties need to submit bids electronically. The successful supplier will have a direct contractual relationship with the Authority.

This tender offers business growth opportunities for technology providers specialising in IT requirements review services. The contracting organisation is the Home Office, located in London, United Kingdom. Businesses interested in supplying a system that can meet the specified requirements and be hosted solely within the UK are well-suited to compete. The procurement method is an open procedure, allowing fair competition for businesses to secure a contract valued at an estimated amount of 275,000 GBP.

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

Requirements Management System for Emergency Services Network (ESN)

Notice Description

SaaS Licences and Installation, Maintenance, and Training Services The Emergency Services Mobile Communications Programme is seeking to procure a dedicated Requirements Management System for the purpose of managing and maintaining User Requirements and multiple many to many data relationships including relationships to testing and evidence.

Lot Information

Lot 1

ESMCP requires a provider to provide a software tool that enables up to 10 'core' users, for a minimum of 4 years to administer requirements within the system. The system must be capable of containing 2000 core user requirements which have a many-to-many relationship with ~40,000 supplier requirements. The system will have a core user base of <10 core users but will also have up to 20 users who will access the system solely to access customised dashboards for reporting purposes. The access for user reporting is flexible and open to discussion based on system functionality. The requirements management system will be able to produce fully customisable reports designed by core users and made available to non-core users through customisable read only dashboards. The Supplier's solution must reside solely within the UK with no data stored or transferred outside the UK. The Initial Contract duration will be 4 years with 2 options to extend for a period of 12 months each.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-040e15
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019850-2024
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support


CPV Codes

48000000 - Software package and information systems

71600000 - Technical testing, analysis and consultancy services

71620000 - Analysis services

72222100 - Information systems or technology strategic review services

72222200 - Information systems or technology planning services

72222300 - Information technology services

72223000 - Information technology requirements review services

Notice Value(s)

Tender Value
£275,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
28 Jun 20241 years ago
Submission Deadline
31 Jul 2024Expired
Future Notice Date
27 Nov 2023Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
HOME OFFICE - PUBLIC SAFETY GROUP, EMERGENCY SERVICES MOBILE COMMUNICATIONS PROGRAMME (ESMCP)
Contact Name
ESMCP Commercial Lead, ESMCP Commercial Team
Contact Email
esmcpsupplier@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

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-040e15-2024-06-28T15:53:06+01:00",
    "date": "2024-06-28T15:53:06+01:00",
    "ocid": "ocds-h6vhtk-040e15",
    "description": "If you are interested in this opportunity you must register your interest by email via ESMCPSupplier@homeoffice.gov.uk to gain access to a Non-Disclosure Agreement which the Authority is utilising pursuant to Regulation 21(3) of the Regulations. You must complete the NDA as soon as possible in order to access the eSourcing portal where the ITT Documents will be available. Note the date & time in the ITT. Jaggaer ITT portal will contain the following documents: Attachment 1 - Information for Providers Attachment 2 - Specification of Requirements Attachment 4 - Pricing Schedule Attachment 5 - Mid-Tier Contract Core Terms Attachment 6 - Mid-Tier Contract Schedules Attachment 7 - Mid-Tier Contract Award Form The successful supplier will subsequently have a direct contractual relationship with the Authority.",
    "initiationType": "tender",
    "tender": {
        "id": "project_709",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Requirements Management System for Emergency Services Network (ESN)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72223000",
            "description": "Information technology requirements review services"
        },
        "mainProcurementCategory": "services",
        "description": "SaaS Licences and Installation, Maintenance, and Training Services The Emergency Services Mobile Communications Programme is seeking to procure a dedicated Requirements Management System for the purpose of managing and maintaining User Requirements and multiple many to many data relationships including relationships to testing and evidence.",
        "value": {
            "amount": 275000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "ESMCP requires a provider to provide a software tool that enables up to 10 'core' users, for a minimum of 4 years to administer requirements within the system. The system must be capable of containing 2000 core user requirements which have a many-to-many relationship with ~40,000 supplier requirements. The system will have a core user base of <10 core users but will also have up to 20 users who will access the system solely to access customised dashboards for reporting purposes. The access for user reporting is flexible and open to discussion based on system functionality. The requirements management system will be able to produce fully customisable reports designed by core users and made available to non-core users through customisable read only dashboards. The Supplier's solution must reside solely within the UK with no data stored or transferred outside the UK. The Initial Contract duration will be 4 years with 2 options to extend for a period of 12 months each.",
                "status": "active",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71600000",
                        "description": "Technical testing, analysis and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71620000",
                        "description": "Analysis services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72222100",
                        "description": "Information systems or technology strategic review services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72222200",
                        "description": "Information systems or technology planning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72222300",
                        "description": "Information technology services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-11-27T00:00:00Z",
            "atypicalToolUrl": "https://homeoffice.app.jaggaer.com/"
        },
        "coveredBy": [
            "GPA"
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://homeoffice.app.jaggaer.com/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "N/A",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2024-07-31T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2024-07-31T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2024-07-31T12:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-95986",
            "name": "Home Office - Public Safety Group, Emergency Services Mobile Communications Programme (ESMCP)",
            "identifier": {
                "legalName": "Home Office - Public Safety Group, Emergency Services Mobile Communications Programme (ESMCP)"
            },
            "address": {
                "streetAddress": "2 Marsham Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1P 4DF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "ESMCP Commercial Team",
                "email": "esmcpsupplier@homeoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/home-office",
                "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-117116",
            "name": "Home Office - Public Safety Group, Emergency Services Mobile Communications Programme (ESMCP)",
            "identifier": {
                "legalName": "Home Office - Public Safety Group, Emergency Services Mobile Communications Programme (ESMCP)"
            },
            "address": {
                "streetAddress": "Clive House, 70 Petty France",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1H 9EX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "ESMCP Commercial Lead",
                "email": "esmcpsupplier@homeoffice.gov.uk",
                "url": "https://homeoffice.app.jaggaer.com/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/home-office",
                "buyerProfile": "https://www.gov.uk/government/publications/the-emergency-services-mobile-communications-programme/emergency-services-network",
                "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-88",
            "name": "Royal Courts of Justice",
            "identifier": {
                "legalName": "Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-117116",
        "name": "Home Office - Public Safety Group, Emergency Services Mobile Communications Programme (ESMCP)"
    },
    "language": "en"
}