Electronic monitoring services.

This notice launches the competition for the provision of the next generation of electronic monitoring (EM) services and supplies in England and Wales contained in the four (4) lots identified below and in the "Information about Lots" set out in Section II.1.8 and in Annex B. EM services are currently used to facilitate the curfew of a subject given either a community order, court bail order or released on licence (collectively referred to as ‘Orders’). Bidders that initially respond to this notice and successfully pre-qualify will be pre-qualified to participate in the competition for the specified lots. From those bidders who meet the Authority's minimum pre-qualification criteria (pre-qualified bidders), a short-list of bidders will be selected for the next stage of the competition (the invitation to negotiate) – see further details below relating to the tendering and award restrictions and lot selection. The Authority shall use the competition to enable delivery of specific departmental strategic initiatives including those recently identified in the Authority’s Green Paper (“Breaking the Cycle: effective punishment, rehabilitation and sentencing of Offenders”) and the competition strategy for offender services, particularly regarding the tracking of subjects. The scope of EM services will be divided into four elements (lots) as follows. I. Monitoring service including the processing centre, related hardware and software, and field operatives; II. Monitoring and mapping software applications; III. Monitoring hardware (anklets etc.) and firmware and software; IV. Network (Global System for Mobile Communications (GSM)). The Authority reserves the right at any time to move certain functions between the lots. The successful monitoring service provider for lot (I) will be the service and system integrator. This means that the successful monitoring service provider will be given the power of agency to act on behalf of the Authority in appropriate areas to ensure that interface risks are properly managed with the monitoring service provider acting in some respects in the manner of a prime contractor with the service providers for lots (II), (III) and (IV) in the role of sub-contractors. For the avoidance of doubt, contracts for all lots will be awarded directly by the Authority, who will be solely responsible for bidder selection. Preferred bidders will be designated for all of the lots prior to award of contracts. Negotiations will then be concluded with all preferred bidders to establish a back-to-back service and system integration agreement, binding on all parties that will contain the appropriate commercial provisions supporting an end to end service to the Authority. The Authority is proceeding under the negotiated procedure on the grounds set out in Regulations 13(b) and 13(c) of the Public Contracts Regulations 2006. Due to the complexity and technical nature of the services to be procured, it is not possible to fully specify in advance any preferred solutions and the Authority wishes to engage with bidders in order to identify what solutions are available on the market, including any potential innovations which different bidders may be able to offer. In particular it is also not possible to specify in advance how the lots will be integrated or how each potential provider will work with each other to deliver the services. The negotiated procedure will allow the Authority to identify operational risks across the service, which it is yet not possible to predict, and consider their management with bidders. The cost impact of risk acceptance and/or transfer will need to be discussed and agreed with bidders during the competition as the total operating model is developed and a system integration agreement is established. The Authority will need to be able to engage in meaningful and detailed discussions with preferred bidders regarding different service models in order to identify a final solution that is acceptable, robustly operable and capable of being priced. Taking into account the different specialisms required and the possible number of different proposals by bidders, it has not been possible to set an estimated overall price at the start of the procurement process other than to give an estimated range of values for the purposes of this notice. It is the Authority’s intention to deliver maximum alignment between the delivery of the Electronic monitoring service, the Ministry of Justice Future IT Strategy (FITS) and the Government’s ICT strategy. Specifically, the successful network service provider for lot (IV) must adhere to the Government Public Services Network (PSN) standards which will be updated from time to time during the course of the competition and term of the contract. Bidders shall make express reference to the current technical domain description - version 2.0 which may also be updated from time to time during the course of the competition and term of the contract. Further information about PSN can be obtained at http://www.cabinetoffice.gov.uk/resource-library/public-services-network. It is the intention of the Authority to review the outcome of the Government's PSN Connectivity and services framework competitions, currently scheduled for award in Spring 2012. The Authority reserves the right to not to award any contract under lot (IV) and instead obtain Network services via the future PSN connectivity and / or services framework agreements [or under other agreements] in line with the Authority's FITS network tower/mobiles procurement approach. In the event that any part of the solution, for any of the lots, is based upon standard components which are available through Government framework agreements, the Authority reserves the right to either directly procure, or require the successful supplier to procure such items under the terms of the Government framework agreement. Tendering and award restrictions. As part of the pre-qualification and RFI process bidders are required to identify those lots they wish to bid for. All bidders may express an interest in a maximum of 3 lots. Bidders will be precluded from expressing an interest in, and bidding for, both lot (I) and lot (III) together (and this preclusion shall also apply to (a) the subsidiary and holding companies of the bidder and any other subsidiaries of the holding companies (as defined by s1159 Companies Act 2006) and to (b) any consortium members and significant subcontractors as defined in the RFI). Subject to the outcome of the Government PSN competition, one bidder may be successful in being awarded contracts for lots (I), (II), and (IV) or alternatively (II), (III) and (IV)– or may be successful in relation to individual lots within those groupings. The Authority will limit the number of bidders to be invited to negotiate per lot to a maximum of 4 in the case of lots (I), (III) and (IV). Where more than 4 bidders meet the Authority's minimum pre-qualification criteria for any of lots (I), (III) or (IV), the Authority will short-list the 4 highest ranking bidders for the relevant lot as assessed against the Authority's pre-qualification criteria. The Authority will limit the number of bidders to be invited to negotiate for lot (II) to a maximum of 7. Where more than 7 bidders meet the Authority's minimum pre-qualification criteria for lot (II), the Authority will short-list the 7 highest ranking bidders as assessed against the Authority's pre-qualification criteria provided that it shall only short-list the 6th and the 7th highest if its respective score is within 5 % of the score of the 5th highest ranking bidder for lot (II). The contract for lot (I) shall be for a period of six years. Contracts for lots (II), (III) and (IV) shall be for a period of three years. There will be options to extend the contracts in all of the lots as described in more detail in the information about lots section. The Authority may from time to time seek additional information or updates from those bidders that have pre-qualified to update, verify and confirm the details that they have provided. Further details are provided in the "Information about Lots" section and in the Authority's Request for Information (RFI). Details of how to respond to this notice and obtain the RFI are set out in Section VI.3. Greater detail of the interfaces between all lots and the Authority’s requirements will be provided in the invitation to negotiate (ITN) documentation.
CPV-Code: 79714100
Abgabefrist: 14.03.2012
Typ: Contract notice
Status: Submission for one or more lots
Aufgabe: General public services
Vergabestelle:
name: Other Contracting Authorities (as detailed in VI.3)
address: Various
postal_code: SW1H 9EX
city: London - UK
country: UK
email: None
phone: +44 300047-5905
contact_point: EM Procurement Team
idate: 14. Juni 2020 11:55
udate: 14. Juni 2020 11:55
doc: 048585_2012.xml
authority_types: MINISTRY
activities: GENERAL_PUBLIC_SERVICES,PUBLIC_ORDER_AND_SAFETY,SOCIAL_PROTECTION
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:048585-2012:TEXT:EN:HTML
Unterlagen: None
Zuschlagskriterium: The most economic tender
Vertrag: Service contract
Prozedur: Negotiated procedure
Nuts: UK
Veröffentlichung: 14.02.2012
Erfüllungsort: London - UK
Link:
Lose:
Name Los Nr 1 UK__London__Dienstleistungen in Verbindung mit Suchsystemen
Gewinner None
Datum
Wert None
Anzahl Angebote None