Award

Provision of a National Integrated Communication Control System (ICCS) for Police Scotland

SCOTTISH POLICE AUTHORITY

This public procurement record has 2 releases in its history.

Award

28 Mar 2019 at 00:00

Tender

31 May 2018 at 00:00

Summary of the contracting process

The Scottish Police Authority, located in Glasgow, UK, has recently awarded a contract for the "Provision of a National Integrated Communication Control System (ICCS) for Police Scotland." This project falls within the public order and safety industry and involves a complete process to implement, support, and maintain a unified ICCS platform, standardising technology and processes across the organisation. The procurement method was an open procedure, and the contract, valued at £3,046,870, was signed on 26th February 2019. The procurement stage is complete, and the service is expected to enhance communication efficiencies within the Police Scotland framework.

This tender presents significant opportunities for businesses specialising in ICT systems, particularly those with advanced capabilities in communication technology, command and control integrations, and operational support services. Companies with the ability to meet strict quality and technical criteria, as well as demonstrate sound financial standing and sufficient insurance cover, may find this contract particularly advantageous. The emphasis on quality will favour providers that can deliver innovative solutions tailored to the unique challenges of a 24/7 operational environment such as that of Police Scotland.

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

Provision of a National Integrated Communication Control System (ICCS) for Police Scotland

Notice Description

Implementation, support and maintenance of a single National ICCS platform for Police Scotland to standardise technology and processes.

Lot Information

Lot 1

C3 Division is a 24/7 'mission critical' operational area, which relies heavily on ICT systems to deliver efficient and effective performance in the management of contact with the public and deployment of Police Scotland resources. A single national ICCS platform for Police Scotland is required to deliver functionality in a manner that offers the ability to quickly and easily deploy operator positions across generic locations, offering considerably improved flexibility in the management of both staff and technical resources. The system will provide critical operational communication functions, integrating the voice and data protocols between the force's radio communications, telephony communications and Command & Control application for the management of frontline response policing. This solution must integrate with: - Airwave Radio Communications - The forthcoming Home Office ESN product, being delivered by the ESMCP programme. - Police Scotland's Service Centre telephony platform and National Unified Communications - Police Scotland's Command & Control (resource management and tasking) applications

Options: - End User Training Option - Call taking Functionality option - Optional support and maintenance extensions beyond the initial 5 year contract term: Year 6 - 175,000 GBP Year 7 - 177,000 GBP Year 8 - 179,000 GBP Year 9 - 181,000 GBP Year 10 - 183,000 GBP

Renewal: 5 x 1 year optional extensions

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000543268
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR349991
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment

42 - Industrial machinery

50 - Repair and maintenance services


CPV Codes

35710000 - Command, control, communication and computer systems

35711000 - Command, control, communication systems

35712000 - Tactical command, control and communication systems

42961000 - Command and control system

50334400 - Communications system maintenance services

Notice Value(s)

Tender Value
£4,600,000 £1M-£10M
Lots Value
£4,600,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£3,046,870 £1M-£10M

Notice Dates

Publication Date
28 Mar 20196 years ago
Submission Deadline
13 Jul 2018Expired
Future Notice Date
Not specified
Award Date
26 Feb 20196 years ago
Contract Period
21 Dec 2018 - 20 Dec 2023 Over 5 years
Recurrence
5-10 years

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SCOTTISH POLICE AUTHORITY
Contact Name
Susan Ferguson
Contact Email
jeremi.bielecki@scotland.pnn.police.uk, susan.ferguson@scotland.pnn.police.uk
Contact Phone
+44 1786289070, +44 1786896108

Buyer Location

Locality
GLASGOW
Postcode
G51 1DZ
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM Scotland

Local Authority
Glasgow City
Electoral Ward
Govan
Westminster Constituency
Glasgow South West

Supplier Information

Number of Suppliers
1
Supplier Name

FREQUENTIS

Further Information

Notice Documents

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-r6ebe6-0000543268-2019-03-28T00:00:00Z",
    "date": "2019-03-28T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000543268",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-72",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "name": "Susan Ferguson",
                "email": "susan.ferguson@scotland.pnn.police.uk",
                "telephone": "+44 1786896108",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Police Authority for the Police Service of Scotland with the functions referred to in Section 2 of the Police and Fire Reform (Scotland) Act 2012",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-34",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "email": "jeremi.bielecki@scotland.pnn.police.uk",
                "telephone": "+44 1786289070",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-172",
            "name": "Frequentis AG",
            "identifier": {
                "legalName": "Frequentis AG"
            },
            "address": {
                "streetAddress": "Innovationsstrasse 1",
                "locality": "Vienna",
                "region": "AT130",
                "postalCode": "1100"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "Scottish Police Authority",
        "id": "org-34"
    },
    "tender": {
        "id": "PROC-17-0016",
        "title": "Provision of a National Integrated Communication Control System (ICCS) for Police Scotland",
        "description": "Implementation, support and maintenance of a single National ICCS platform for Police Scotland to standardise technology and processes.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "35710000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35712000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50334400",
                        "scheme": "CPV"
                    },
                    {
                        "id": "42961000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 4600000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-07-13T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-07-13T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN320808",
                "documentType": "contractNotice",
                "title": "Provision of a National Integrated Communication Control System (ICCS) for Police Scotland",
                "description": "The Scottish Police Authority on behalf of Police Scotland are looking to contract with a single provider to implement, support and maintain a single National ICCS platform to standardise technology and process.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN320808",
                "format": "text/html"
            },
            {
                "id": "JUN320808-1",
                "title": "NICCS ITT DOCUMENT",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN320808&idx=1",
                "datePublished": "2018-06-03T11:10:25Z",
                "dateModified": "2018-06-03T11:10:25Z",
                "format": "application/msword"
            },
            {
                "id": "JUN320808-2",
                "title": "NICCS ESPD DOCUMENT",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN320808&idx=2",
                "datePublished": "2018-06-03T11:10:26Z",
                "dateModified": "2018-06-03T11:10:26Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUN320808-3",
                "title": "Please note the amended clause due to an error in the figure in the original ITT.",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN320808&idx=3",
                "datePublished": "2018-06-12T17:41:57Z",
                "dateModified": "2018-06-12T17:41:57Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUN320808-4",
                "title": "Response to 2 questions received (same text had been inserted for both responses)",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN320808&idx=4",
                "datePublished": "2018-06-13T11:52:04Z",
                "dateModified": "2018-06-13T11:52:04Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR349991",
                "documentType": "awardNotice",
                "title": "Provision of a National Integrated Communication Control System (ICCS) for Police Scotland",
                "description": "Implementation, support and maintenance of a single National ICCS platform for Police Scotland to standardise technology and processes.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR349991",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "C3 Division is a 24/7 'mission critical' operational area, which relies heavily on ICT systems to deliver efficient and effective performance in the management of contact with the public and deployment of Police Scotland resources. A single national ICCS platform for Police Scotland is required to deliver functionality in a manner that offers the ability to quickly and easily deploy operator positions across generic locations, offering considerably improved flexibility in the management of both staff and technical resources. The system will provide critical operational communication functions, integrating the voice and data protocols between the force's radio communications, telephony communications and Command & Control application for the management of frontline response policing. This solution must integrate with: - Airwave Radio Communications - The forthcoming Home Office ESN product, being delivered by the ESMCP programme. - Police Scotland's Service Centre telephony platform and National Unified Communications - Police Scotland's Command & Control (resource management and tasking) applications",
                "status": "complete",
                "value": {
                    "amount": 4600000,
                    "currency": "GBP"
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "startDate": "2018-12-21T00:00:00Z",
                    "endDate": "2023-12-20T00:00:00Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "5 x 1 year optional extensions"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "options": {
                    "description": "- End User Training Option - Call taking Functionality option - Optional support and maintenance extensions beyond the initial 5 year contract term: Year 6 - 175,000 GBP Year 7 - 177,000 GBP Year 8 - 179,000 GBP Year 9 - 181,000 GBP Year 10 - 183,000 GBP"
                }
            }
        ],
        "bidOpening": {
            "date": "2018-07-13T12:00:00Z"
        },
        "communication": {
            "atypicalToolUrl": "http://www.publiccontractsscotland.gov.uk"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships."
                },
                {
                    "type": "economic",
                    "description": "To establish the financial standing of a potential Tenderer, the SPA will firstly take into account a risk report provided independently by Credit Safe. Tenderers are asked to provide their Company Number so that the SPA can run this report. Within such reports, the risk of business failure is expressed as a score of 30 or below (high risk of business failure). In the event that a Company is determined to have a risk failure rating of 30 and below i.e. that the Company is considered to have a high risk of business failure, the submission will not be considered further. If you are successful in the award of this Contract, and where, during the life of the Contract, including any extension period, your risk failure rating falls below 30 then the SPA reserve the right to remove you from this Contract. It is the Supplier's responsibility to ensure that the information held by Credit Safe is accurate and up to date. For the avoidance of doubt, the SPA will request a report from Credit Safe following the closing date for the receipt of the Tenders to ensure that the most up to date information is used. Where you are not registered on Credit Safe e.g. charitable organisations or new start companies/ Sole Traders with less than 3 years trading history, discretionary powers are available to the Chief Financial Officer to consider abbreviated accounts along with banker's references etc. Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in rejection of your submission. IMPORTANT NOTE: This requirement is not applicable to Sole Traders/ Charities. Sole Traders/ Charities may be required to provide a bankers reference if successful. Bidders are required to have a minimum \"general\" annual turnover of 8m GBP for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the SPA may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Where this information is not available due to a new company being established a business plan should be provided demonstrating how the organisation will meet the annual turnover requirement. Bidders are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below. Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the SPA will exclude the Tenderer from the competition. - a. Public Liability Insurance - 5,000,000 GBP - b. Product Liability Insurance - 5,000,000 GBP - c. Professional Indemnity Insurance - 5,000,000 GBP - d. Employers (Compulsory) Liability Insurance - in accordance with any legal obligation for the time being in force.",
                    "minimum": "Please see details above."
                },
                {
                    "type": "technical",
                    "description": "All service providers must be suitably qualified in relation to the services carried out as detailed within this tender."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2018-12-10T00:00:00Z"
            }
        },
        "classification": {
            "id": "35711000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "5-10 years"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "(SC Ref:562260)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000543268"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000543268"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "PROC-17-0016",
            "suppliers": [
                {
                    "id": "org-172",
                    "name": "Frequentis AG"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "PROC-17-0016",
            "awardID": "PROC-17-0016",
            "status": "active",
            "value": {
                "amount": 3046870,
                "currency": "GBP"
            },
            "dateSigned": "2019-02-26T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 104-237570"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "689",
                "measure": "bids",
                "value": 5,
                "relatedLot": "1"
            }
        ]
    }
}