Stotles logo
Awarded

Dynamic decision and Case Management System

Published

Supplier(s)

BLACK RAINBOW LIMITED

Value

15,236,589 GBP

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 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.

Timeline

Publish date

today

Award date

today

Buyer information

Police Digital Service

Contact:
Victoria Barton
Email:
victoria.barton@pds.police.uk

Explore contracts and tenders relating to Police Digital Service

Go to buyer profile
To save this opportunity, sign up to Stotles for free.
Save in app
  • Looking glass on top of a file iconTender tracking

    Access a feed of government opportunities tailored to you, in one view. Receive email alerts and integrate with your CRM to stay up-to-date.

  • ID card iconProactive prospecting

    Get ahead of competitors by reaching out to key decision-makers within buying organisations directly.

  • Open folder icon360° account briefings

    Create in-depth briefings on buyer organisations based on their historical & upcoming procurement activity.

  • Teamwork iconCollaboration tools

    Streamline sales workflows with team collaboration and communication features, and integrate with your favourite sales tools.

Stop chasing tenders, start getting ahead.

Create your free feed

Explore similar tenders and contracts

Browse open tenders, recent contract awards and upcoming contract expiries that match similar CPV codes.

Explore other contracts published by Police Digital Service

Explore more open tenders, recent contract awards and upcoming contract expiries published by Police Digital Service.

Explore more suppliers to Police Digital Service

Sign up