Notice Information
Notice Title
Police Records Management System
Notice Description
The Police & Crime Commissioner for Warwickshire has awarded a contract for the provision of a Police Records Management System (RMS) solution and associated services for Warwickshire Police. The scope of the system and associated services includes: Information Assurance (IA) Audit & Assurance (AA) Case Management (CM) Investigation Management (IM) Custody (CY) Integration & Interfacing (II) Intelligence Handling (IH) Misc. Functions (MF) Non-Functional Requirements (NF) Training (TG) Victim & Witness Management (VW) Prevention (PR) Data Quality (DQ) Data Analysis (DA) The Supplier shall provide: Implementation Services including Supplier-side project management, integration, and testing services. Software Support and Maintenance services including Service desk Software maintenance support Database analysis and diagnostics Fault diagnosis Technical assistance and fault rectification (which shall include fault management with associated service levels and performance guarantees); Upgrades to new Software versions. Application Related Technical Consultancy Services (on demand). The requirement was tendered as a single lot under the Procurement Act 2023, using a competitive flexible procedure comprising the following stages: Stage 1: Participation & Tender Stage 2: Demonstrations & Best and Final Offer (BAFO) Stage 3: Contract Award The contracting authority confirms that it has completed Conflict of Interest assessments in accordance with Sections 81-83 of the Procurement Act 2023, which require contracting authorities to identify, review and mitigate actual, potential, and perceived conflicts of interest throughout a covered procurement. The authority further confirms that it will continue to review, update and complete Conflict of Interest assessments at all required points in line with its ongoing obligations under Section 83 of the Act. This process ensures that any actual, potential or perceived conflicts are identified, recorded and appropriately mitigated to safeguard the integrity of the procurement and to ensure fair and impartial decision making throughout the contract lifecycle. During the tender process, the supplier that was ultimately successful informed the contracting authority that they would need to rely on a specialist subcontractor to meet the technical ability condition of participation relating specifically to data migration. The supplier confirmed that engagement of a specialist migration partner would be required to ensure that the data migration element of the contract could be delivered to the required standard. While the supplier confirmed that a subcontractor would be engaged to deliver the necessary data migration capability, the specific subcontractor had not yet been selected at the time of tender submission or contract award. This approach remained compliant with Section 22 of the Procurement Act 2023, which permits suppliers to rely on the capacity and ability of third parties where appropriate, provided the contracting authority is satisfied through its assessment. The contracting authority confirmed that each potential subcontractor option could meet the technical condition of participation, and that reliance on a specialist migration partner was appropriate and proportionate given the nature of the requirement. During the contract award stage the supplier has confirmed that they will subcontract the data migration to Blue Skies Associates Limited, PPON PVGH-5733-NHJR. The contract covers the implementation of the RMS solution including data migration, followed by licensing, support, and maintenance for six years from system go-live, with options to extend for up to two additional periods of 24 months each. The following milestones have been set: Milestone 1 Unconfigured NicheRMS db shared Milestone 2 Initial system Training completed Milestone 3 Delivery of configured Software and User Acceptance Testing Completed Milestone 4 Acceptance of Configured Software Milestone 5 Go-live of the Software Milestone 6 Completion of 45 days clear running after Go-Live with no P1 or P2 outstanding as faults defined in SLA In accordance with Section 52 of the Procurement Act 2023, the contracting authority has identified three Key Performance Indicators (KPIs) that are material to the performance of this contract. These KPIs will be monitored throughout the contract lifecycle and reviewed at each scheduled contract review meeting. KPI 1 System Availability KPI 2 Resolution Time for Priority 1 Incidents KPI 3 Contract Management These KPIs have been selected as the most material measures of supplier performance for this contract and support compliance with the transparency requirements of the Procurement Act 2023. The value of the contract over the implementation period and the initial 6 years is: PS3,428,536.00 plus VAT. Assuming annual increases of around 3% the total including extensions is likely to be in the range of PS4.9m to PS5m plus VAT.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-059af5
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/009367-2026
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- UK7 - Contract Details Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
48000000 - Software package and information systems
48100000 - Industry specific software package
72000000 - IT services: consulting, software development, Internet and support
72260000 - Software-related services
72261000 - Software support services
72263000 - Software implementation services
72266000 - Software consultancy services
72268000 - Software supply services
Notice Value(s)
- Tender Value
- £12,000,000 £10M-£100M
- Lots Value
- £12,000,000 £10M-£100M
- Awards Value
- £4,977,200 £1M-£10M
- Contracts Value
- £4,977,200 £1M-£10M
Notice Dates
- Publication Date
- 3 Feb 20262 weeks ago
- Submission Deadline
- 21 Oct 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 3 Dec 20252 months ago
- Contract Period
- 1 Feb 2026 - 21 Feb 2033 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE POLICE AND CRIME COMMISSIONER FOR WARWICKSHIRE
- Contact Name
- Not specified
- Contact Email
- procurement@warwickshire.police.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LEEK WOOTTON
- Postcode
- CV35 7QB
- Post Town
- Coventry
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG1 Herefordshire, Worcestershire and Warwickshire
- Small Region (ITL 3)
- TLG13 Warwickshire CC
- Delivery Location
- Not specified
-
- Local Authority
- Warwick
- Electoral Ward
- Warwick All Saints & Woodloes
- Westminster Constituency
- Warwick and Leamington
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/009367-2026
3rd February 2026 - Contract details notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/079370-2025
3rd December 2025 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/059119-2025
24th September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/056812-2025
16th September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/Attachment/A-11341
Redacted Contract Details and Schedules
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-059af5-2026-02-03T11:17:44Z",
"date": "2026-02-03T11:17:44Z",
"ocid": "ocds-h6vhtk-059af5",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PXNY-4251-DZLZ",
"name": "The Police and Crime Commissioner for Warwickshire",
"identifier": {
"scheme": "GB-PPON",
"id": "PXNY-4251-DZLZ"
},
"address": {
"streetAddress": "Warwickshire Police Headquarters",
"locality": "Leek Wootton",
"postalCode": "CV35 7QB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG13"
},
"contactPoint": {
"email": "procurement@warwickshire.police.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PTWD-1456-LNVJ",
"name": "NICHE TECHNOLOGY UK LIMITED",
"identifier": {
"scheme": "GB-PPON",
"id": "PTWD-1456-LNVJ"
},
"address": {
"streetAddress": "Azets, Wynyard Park House,",
"locality": "STOCKTON-ON-TEES",
"postalCode": "TS22 5TB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC11"
},
"contactPoint": {
"email": "PROPOSALS@NICHERMS.COM"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-PPON-PXNY-4251-DZLZ",
"name": "The Police and Crime Commissioner for Warwickshire"
},
"tender": {
"id": "WPA25-0035",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Police Records Management System",
"description": "The Police & Crime Commissioner for Warwickshire has awarded a contract for the provision of a Police Records Management System (RMS) solution and associated services for Warwickshire Police. The scope of the system and associated services includes: Information Assurance (IA) Audit & Assurance (AA) Case Management (CM) Investigation Management (IM) Custody (CY) Integration & Interfacing (II) Intelligence Handling (IH) Misc. Functions (MF) Non-Functional Requirements (NF) Training (TG) Victim & Witness Management (VW) Prevention (PR) Data Quality (DQ) Data Analysis (DA) The Supplier shall provide: Implementation Services including Supplier-side project management, integration, and testing services. Software Support and Maintenance services including Service desk Software maintenance support Database analysis and diagnostics Fault diagnosis Technical assistance and fault rectification (which shall include fault management with associated service levels and performance guarantees); Upgrades to new Software versions. Application Related Technical Consultancy Services (on demand). The requirement was tendered as a single lot under the Procurement Act 2023, using a competitive flexible procedure comprising the following stages: Stage 1: Participation & Tender Stage 2: Demonstrations & Best and Final Offer (BAFO) Stage 3: Contract Award The contracting authority confirms that it has completed Conflict of Interest assessments in accordance with Sections 81-83 of the Procurement Act 2023, which require contracting authorities to identify, review and mitigate actual, potential, and perceived conflicts of interest throughout a covered procurement. The authority further confirms that it will continue to review, update and complete Conflict of Interest assessments at all required points in line with its ongoing obligations under Section 83 of the Act. This process ensures that any actual, potential or perceived conflicts are identified, recorded and appropriately mitigated to safeguard the integrity of the procurement and to ensure fair and impartial decision making throughout the contract lifecycle. During the tender process, the supplier that was ultimately successful informed the contracting authority that they would need to rely on a specialist subcontractor to meet the technical ability condition of participation relating specifically to data migration. The supplier confirmed that engagement of a specialist migration partner would be required to ensure that the data migration element of the contract could be delivered to the required standard. While the supplier confirmed that a subcontractor would be engaged to deliver the necessary data migration capability, the specific subcontractor had not yet been selected at the time of tender submission or contract award. This approach remained compliant with Section 22 of the Procurement Act 2023, which permits suppliers to rely on the capacity and ability of third parties where appropriate, provided the contracting authority is satisfied through its assessment. The contracting authority confirmed that each potential subcontractor option could meet the technical condition of participation, and that reliance on a specialist migration partner was appropriate and proportionate given the nature of the requirement. During the contract award stage the supplier has confirmed that they will subcontract the data migration to Blue Skies Associates Limited, PPON PVGH-5733-NHJR. The contract covers the implementation of the RMS solution including data migration, followed by licensing, support, and maintenance for six years from system go-live, with options to extend for up to two additional periods of 24 months each. The following milestones have been set: Milestone 1 Unconfigured NicheRMS db shared Milestone 2 Initial system Training completed Milestone 3 Delivery of configured Software and User Acceptance Testing Completed Milestone 4 Acceptance of Configured Software Milestone 5 Go-live of the Software Milestone 6 Completion of 45 days clear running after Go-Live with no P1 or P2 outstanding as faults defined in SLA In accordance with Section 52 of the Procurement Act 2023, the contracting authority has identified three Key Performance Indicators (KPIs) that are material to the performance of this contract. These KPIs will be monitored throughout the contract lifecycle and reviewed at each scheduled contract review meeting. KPI 1 System Availability KPI 2 Resolution Time for Priority 1 Incidents KPI 3 Contract Management These KPIs have been selected as the most material measures of supplier performance for this contract and support compliance with the transparency requirements of the Procurement Act 2023. The value of the contract over the implementation period and the initial 6 years is: PS3,428,536.00 plus VAT. Assuming annual increases of around 3% the total including extensions is likely to be in the range of PS4.9m to PS5m plus VAT.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "48100000",
"description": "Industry specific software package"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "72260000",
"description": "Software-related services"
},
{
"scheme": "CPV",
"id": "72261000",
"description": "Software support services"
},
{
"scheme": "CPV",
"id": "72263000",
"description": "Software implementation services"
},
{
"scheme": "CPV",
"id": "72266000",
"description": "Software consultancy services"
},
{
"scheme": "CPV",
"id": "72268000",
"description": "Software supply services"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 14400000,
"amount": 12000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "Stage 1 - Participation & Tender Stage 2 - Demonstrations & BAFO Stage 3 - Contract Award"
},
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"submissionMethodDetails": "Where stages require the submission of documents, you must submit one electronic copy of the entire stage response via the InTend BlueLight Tendering portal https://sell2.in-tend.co.uk/blpd/home Please clearly label the title of all electronic files uploaded so that they are easily identifiable. All documents must be completed in English. In submitting via the Tendering portal, please upload your submission using the 'Attach documents' button - please do not send via any other method and please do not use the correspondence function as this will not be accepted. Please ensure that once attached you click 'Submit Response'. Failure to submit by the required deadline will result in disqualification from the procedure. NOTE: Large files may take some time to upload. We advise that you log-on to commence your upload process at least 2 hours prior to the deadline.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-10-21T12:00:00+01:00"
},
"awardPeriod": {
"endDate": "2025-12-10T23:59:59+00:00"
},
"lots": [
{
"id": "1",
"status": "complete",
"value": {
"amountGross": 14400000,
"amount": 12000000,
"currency": "AED"
},
"awardCriteria": {
"weightingDescription": "Weightings are set at ranges which we reserve the right to refine at different stages of the procedure. Stage 1 Participation & Tender Supplier Information/Central Digital Platform - Pass/Fail Functional and Non-Functional Requirements Matrix - Pass/Fail Tender Questions - Technical & Social Value 96.95% (Published Range 20% - 70%) Pricing 30.05% (Published Range 30% - 40%). Stage 2 Demo & BAFO Tender Quality Score 20% (from Stage 1) - (Published Range 20% - 70%) System Demo 40% (Published Range 0% - 40%) Final Pricing (BAFO) 40% (Published Range 30% - 40%). We reserve the right to refine the award criteria during the procedure prior to inviting final tenders. Full stage details are set out in Section 6 of the Invitation to Tender.",
"criteria": [
{
"type": "price",
"name": "Simple description",
"description": "Weightings are set at ranges which we reserve the right to refine at different stages of the procedure. Stage 1 Participation & Tender Supplier Information/Central Digital Platform - Pass/Fail Functional and Non-Functional Requirements Matrix - Pass/Fail Tender Questions - Technical & Social Value 96.95% (Published Range 20% - 70%) Pricing 30.05% (Published Range 30% - 40%). Stage 2 Demo & BAFO Tender Quality Score 20% (from Stage 1) - (Published Range 20% - 70%) System Demo 40% (Published Range 0% - 40%) Final Pricing (BAFO) 40% (Published Range 30% - 40%). We reserve the right to refine the award criteria during the procedure prior to inviting final tenders. Full stage details are set out in Section 6 of the Invitation to Tender."
},
{
"type": "price",
"name": "Simple description",
"description": "Weightings are set at ranges which we reserve the right to refine at different stages of the procedure. Stage 1 Participation & Tender Supplier Information/Central Digital Platform - Pass/Fail Functional and Non-Functional Requirements Matrix - Pass/Fail Tender Questions - Technical & Social Value 96.95% (Published Range 20% - 70%) Pricing 30.05% (Published Range 30% - 40%). Stage 2 Demo & BAFO Tender Quality Score 20% (from Stage 1) - (Published Range 20% - 70%) System Demo 40% (Published Range 0% - 40%) Final Pricing (BAFO) 40% (Published Range 30% - 40%). We reserve the right to refine the award criteria during the procedure prior to inviting final tenders. Full stage details are set out in Section 6 of the Invitation to Tender."
}
]
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2032-03-31T23:59:59+01:00",
"maxExtentDate": "2036-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "2 x 24 months"
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "056812-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/056812-2025",
"datePublished": "2025-09-16T09:59:16+01:00",
"format": "text/html"
},
{
"id": "059119-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/059119-2025",
"datePublished": "2025-09-24T10:28:53+01:00",
"format": "text/html"
}
]
},
"language": "en",
"bids": {
"details": [
{
"id": "2",
"status": "valid",
"tenderers": [
{
"id": "GB-PPON-PTWD-1456-LNVJ",
"name": "NICHE TECHNOLOGY UK LIMITED"
}
],
"relatedLots": [
"1"
]
}
],
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 6,
"relatedLot": "1"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "1",
"title": "Police Records Management System",
"status": "active",
"date": "2025-12-03T00:00:00+00:00",
"value": {
"amountGross": 5972640,
"amount": 4977200,
"currency": "GBP"
},
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PTWD-1456-LNVJ",
"name": "NICHE TECHNOLOGY UK LIMITED"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48100000",
"description": "Industry specific software package"
},
{
"scheme": "CPV",
"id": "72261000",
"description": "Software support services"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "72260000",
"description": "Software-related services"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "72263000",
"description": "Software implementation services"
},
{
"scheme": "CPV",
"id": "72266000",
"description": "Software consultancy services"
},
{
"scheme": "CPV",
"id": "72268000",
"description": "Software supply services"
}
],
"deliveryAddresses": [
{
"region": "UKG13",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG13",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2025-12-12T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2032-03-31T23:59:59+01:00",
"maxExtentDate": "2036-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "2 x 24 months"
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "079370-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/079370-2025",
"datePublished": "2025-12-03T13:34:36Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-12-03T00:00:00+00:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-01-14T23:59:59+00:00",
"status": "scheduled"
}
]
}
],
"contracts": [
{
"id": "1",
"awardID": "1",
"title": "Police Records Management System",
"status": "active",
"period": {
"startDate": "2026-02-01T00:00:00+00:00",
"endDate": "2033-02-21T23:59:59+00:00",
"maxExtentDate": "2037-02-21T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "2 x 24 months"
},
"value": {
"amountGross": 5972640,
"amount": 4977200,
"currency": "GBP"
},
"aboveThreshold": true,
"dateSigned": "2026-01-30T00:00:00+00:00",
"documents": [
{
"id": "A-11341",
"documentType": "contractSigned",
"description": "Redacted Contract Details and Schedules",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11341",
"format": "application/x-zip-compressed"
},
{
"id": "009367-2026",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/009367-2026",
"datePublished": "2026-02-03T11:17:44Z",
"format": "text/html"
}
],
"agreedMetrics": [
{
"id": "1",
"title": "KPI 1 System Availability",
"description": "System availability is defined as the proportion of time that all major business critical functions are available to users, measured monthly. Availability will be calculated as: A = (Tp - Ts - Tu) / (Tp - Ts) x 100% where: - Tp = total time in the measurement period - Ts = scheduled downtime in the measurement period - Tu = unscheduled",
"observations": [
{
"id": "frequency",
"period": {
"durationInMonths": 1
}
}
]
},
{
"id": "2",
"title": "KPI 2 Resolution Time for Priority 1 Incidents",
"description": "Priority 1 support tickets must be resolved within the timescales defined in the Niche SLA. Performance will be measured monthly against the resolution time standards set out in the Niche SLA documentation.",
"observations": [
{
"id": "frequency",
"period": {
"durationInMonths": 1
}
}
]
},
{
"id": "3",
"title": "KPI 3 Contract Management",
"description": "The supplier must provide monthly, quarterly and annual management information no later than 10 calendar days before each corresponding contract review meeting. The supplier is responsible for organising these meetings and ensuring attendance by relevant parties. Performance against this KPI will be assessed monthly on a pass/fail basis (Target 100% required). Tier 2 Performance Points: Failure to provide the required management information or failure to attend a scheduled contract meeting will each result in the allocation of one Tier 2 point, valued at PS250 per occurrence.",
"observations": [
{
"id": "frequency",
"period": {
"durationInMonths": 1
}
}
]
}
]
}
]
}