Published date: 8 August 2018
This notice was replaced on 29 May 2019
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Awarded contract (published 29 May 2019)
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Storage management software package - 48782000
Storage and warehousing services - 63120000
Storage and retrieval services - 63121000
Storage services - 63121100
Electronic information services - 64216200
Data storage services - 72317000
Document management services - 72512000
Archiving services - 79995100
Records management - 79996100
Scanning services - 79999100
Archive services - 92512000
Archive destruction services - 92512100
Location of contract
South East
Value of contract
£1,750,000 to £10,000,000
Procurement reference
tender_176599/693930
Published date
8 August 2018
Closing date
22 October 2018
Contract start date
1 May 2019
Contract end date
30 April 2024
Contract type
Service contract
Procedure type
Open procedure (above threshold)
Any interested supplier may submit a tender in response to an opportunity notice.
This procedure can be used for procurements above the relevant contract value threshold.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
No
Description
The Police and Crime Commissioner for Kent ("Kent Police") wishes to procure as the lead authority on behalf of itself and the Police, Fire and Crime Commissioner for Essex ("Essex Police") a suitably experienced and qualified contractor to provide, utilising such contractor's own premises at locations in the United Kingdom (the "Facilities"), secure off-site storage for a documented and auditable chain of custody, documentary, and physical evidence belonging to each of Kent Police and Essex Police (hereinafter referred to in this contract notice together as the "Authorities" and each individually as an "Authority"), as well as a service to collect such materials from each Authority and to retrieve them and deliver them to the Authorities where so required by the Authorities. The appointed contractor shall manage the storage, tracking, and transportation of the Materials in line with all applicable legislation (including without limitation applicable data protection legislation). The Materials must be stored at the Facilities with appropriate levels of security and environmental conditions and in a manner that delivers value for money for each Authority.
Tenderers are asked to specify whether they are able to provide additional services, including without imitation a scanning service and destruction service (the "Optional Services"). Provision of the Optional Services is not a mandatory requirement and will not be evaluated; however, where tenderers are able to provide the Optional Services, they are asked to state in their respective tenders the applicable pricing in respect of such Optional Services, which pricing will apply in the event that either Authority during the term of the relevant contract chooses (at its absolute discretion) to purchase any of the Optional Services (and neither Authority shall be under an obligation to do so).
The Authorities require the provider of these services to be the same for each Authority so that each Authority can benefit from the efficiencies derived from economies of scale. As such, each Authority will award a separate bilateral contract to the appointed contractor. The contract with Essex Police shall cover, in addition to the requirements of the police service, any requirements of the fire and rescue service for the areas of the councils of the boroughs of Southend-on-Sea and Thurrock and Essex County Council. This is because the Police, Fire and Crime Commissioner for Essex (Fire and Rescue Authority) Order 2017 abolished the former Essex Fire Authority, and responsibility for the fire and rescue service was brought within the remit of the Police, Fire and Crime Commissioner for Essex with effect from 1 October 2017.
Tenderers should note there is no guarantee of the volume of Materials to be sent for storage or retrieved and delivered under either contract.
Full details of the procurement and the requirements are set out in the procurement documents available on the e-Portal (link below).
More information
Links
-
- https://kentpolice-essexpolice.bravosolution.co.uk
- Tender notice
- The procurement documents are available for unrestricted and full direct access (N.B. registration required), free of charge, at the following link (please search for project_17435):
-
- https://www.kent.police.uk/about-us/information-about-us/procurement/
- Tender notice
- Further information about the joint Procurement Services department of Kent Police and Essex Police is available at the following link:
Additional text
-
The contract end date has been stated in this notice as 30 April 2024 on the basis that each contract (i.e. the contract with Kent Police and the contract with Essex Police) will have a minimum initial term of five (5) years (and tenderers who submit bids must be capable of providing the services under each contract as soon as 1 May 2019). There are, however, a total of five (5) possible extensions of three (3) years each to each contract at the absolute discretion of the relevant Authority. As such, the maximum potential term of each contract is twenty (20) years, which means it is possible that the duration of either contract or both will extend up to 2039.
The estimated minimum value of this procurement has been stated as £1,750,000 (one million, seven hundred and fifty thousand pounds sterling) on the basis that the combined annual estimated value of both contacts (i.e. the contracts for both Authorities together) is £350,000 (three hundred and fifty thousand pounds sterling). When this figure is multiplied by five (5), i.e. the number of years comprising the minimum initial term, this comes to £1,750,000 (one million, seven hundred and fifty thousand pounds sterling).
The estimated maximum value of this procurement has been stated as £10,000,000 (ten million pounds sterling), but it is likely to fall into a range between £7,000,000 (seven million pounds sterling) and £10,000,000 (ten million pounds sterling). This range has been calculated on the basis that, during the initial minimum term, prices will be fixed. If either contract is extended thereafter, then prices will be subject to indexation based on the Consumer Price Index (CPI) and, as such, the combined annual estimated value of both contracts may increase. As such, the potential increase in the pricing for the remaining fifteen years of each contract (if all extensions under each contract are used) means that the total estimated value could come to £10,000,000 (ten million pounds sterling).
The Authorities intend to hold a briefing day for interested suppliers in August 2018 as set out in the procurement documents. It is recommended that all interested tenderers attend where possible. No part of the briefing day will be subject to evaluation for the purposes of the procurement. Interested suppliers who wish to attend should confirm who will be representing their organisations (including full name and position) as soon as possible using the e-Portal (link below) in accordance with the instructions set out in the procurement documents available on the e-Portal.
About the buyer
Address
Kent Police HQ
Maidstone
ME15 9BZ
England
procurement.services@kent.essex.pnn.police.uk
Website
Share this notice