The Provision of A Command and Control System

Award

Value

£48,314,202

Suppliers

Classifications

  • IT services: consulting, software development, Internet and support
  • Command and control system

Tags

  • award
  • contract

Published

2 years ago

Description

****** THIS IS AN AWARD NOTICE**
The Police and Crime Commissioners for South Wales and Gwent require a Contractor to provide a solution to allow the Forces to operate from a collaborative control room system including an Integrated Communication Control System (ICCS) platform that shall  be compatible with current Force operating models. This will be operate as a Framework Agreement, which is open to South Wales Police, Gwent Police, North Wales Police, Dyfed Powys Police, Mid and West Wales Fire and Rescue Service and South Wales Fire and Rescue Service. South Wales Police and Gwent Police will place an immediate requirement at contract award for the provision of the System to be operated for an initial 7 years, with the option to extend for another 3 years (i.e. up to 10 years in total). The approximate value is based on all parties listed calling off from the framework.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Space Technology Solutions

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Dynamic Market for the provision of Space Technology Solutions to be utilised by Central Government Departments and all other UK Public Sector Bodies (the full list is included below the ' Awarding Contracts' section of this notice). The RM6370 Space Technology Solutions Dynamic Market provides civil and defence related space and geospatial requirements, including related technology, operations, data and advisory solutions (Space Technology Solutions). The Dynamic Market provides a broad scope of goods, works and/or services related to the following deliverables: satellite communications; unmanned autonomous vehicles (UxVs); geospatial and remote sensing; upstream launch services; design and manufacture; space domain awareness; space command and control; rapid deployment capability; research and development; position, navigation and timing; intelligence, surveillance and reconnaissance; sustainability; security, risk and insurance consulting. The range of goods, works and/or services is broad and intended to capture commercially viable products and services which may be ‘off the shelf’ or bespoke to the buyer requirement. The Dynamic Market is divided into categories, called ‘Parts’. Each Part provides specific goods, works and/or services, as detailed in the Part descriptions. The initial duration of the Dynamic Market will be six years with an optional extension of two years. An application to be appointed to the Dynamic Market, in response to this Dynamic Market Notice, can be made at any time before the End Date of the Dynamic Market. An application can be made as a single legal entity or as a special purpose vehicle (SPV). Please note that all members of a consortium (where an SPV has not been formed) wishing to tender for buyer contracts with reference to this Dynamic Market must submit their own separate application for appointment to the Dynamic Market. The Conditions for Membership for this Dynamic Market Space Technology Solutions, RM6370, are detailed in this Dynamic Market Notice. The Dynamic Market Terms of Use as provided by Crown Commercial Service, available in the Information Pack, govern the Supplier’s interaction with the Dynamic Market. These Terms are additional to the Supplier’s Conditions for Membership which the Supplier must satisfy to become a member of the Dynamic Market. The process followed by buyers to award a contract with reference to this Dynamic Market is governed by section 34 of the Procurement Act 2023. Section 34 allows buyers to award a contract with reference to an ‘appropriate dynamic market’, provided the competitive flexible procedure is used. An appropriate dynamic market is one which covers the goods, works and/or services that the buyer wishes to purchase. Please note it is the suppliers responsibility to monitor Find a Tender service for any transparency notices published for contracts with reference to this Dynamic Market and respond accordingly. The Dynamic Market Information Pack contains the Terms of Use and instructions on how to submit an application to join the Dynamic Market and is available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370

Katy Reed

Published 13 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

alyson howe

[email protected]

+44 1656869409

+44 2079477501

Timeline complete

Publish
Bid
Evaluate
Award
Complete