713725451 - IMS Tender Notice

Complete

Buyers

Value

£9,300,500

Classifications

  • Database services
  • Information systems or technology strategic review and planning services

Tags

  • tender

Published

3 weeks ago

Description

This Tender Notice outlines the Authority’s intent to competitively assess, select and award a contract to deliver the Integrated Management System (IMS). IMS consists of Assurance Management System (AMS) and Business Process Improvement System (BPIS). 
The IMS will house the Authority’s Business Process Management System architecture which should be accessible by users comprising Civil Servants and Industry partners of initially up to circa 15000 users. The tool should have the ability to scale users.
The IMS is a tool that the Authority will use to access all published policy, process, procedure and control information when they need it. 
The AMS will provide customisable workflow capability which will enable users to follow processes and capture information to assure that processes have been followed and control points have been satisfied.
Using attributes related to the IMS and process performance data, the BPIS will allow the Authority to model changes to its business processes and evaluate the impact.
Further information on Key User Requirements for each element of the IMS can be found in the IMS Procurement Specific Questionnaire (PSQ) Briefing pack.
The Authority is looking to procure Commercially available Off-the-Shelf software. 
The Authority is willing to consider licensing, support and hosting models for the COTS software which both meet its stated requirements and offer value for money. This may include a perpetual licensing model or another delivery model such as SaaS (Software as a Service).
The solution can be hosted using MOD Cloud hosting or utilising an alternative hosting arrangement compliant with JSP 453 (Digital Policies and Standards for Defence) and National Cyber-Security Centre (NCSC) policies.
The solution must comply with both solution security and cyber protection requirements. IMS will adhere to Secure by Design (https://www.security.gov.uk/policy-and-guidance/secure-by-design/). The IMS solution, and provider, has a mandatory requirement to facilitate, manage and support data up to Official Sensitive.
A formal Service Management support wrap will be provided by the tenderer including Service Level Agreements from when IMS becomes operational.
The tenderer will be responsible for determining the best COTS fit and software delivery model to meet the IMS requirement. The tender evaluation process will be centred on an evidenced based process and be agnostic of how the tenderer opt to meet the COTS approach.
The evaluation of pricing by the Authority will take into account relevant tenderer, internal and/or third party costs to the Authority arising from the software licensing, support and hosting models adopted by the tenderer.
The IMS contract will mandate the use of a COTS product(s) described as follows:
“An item that can be bought on the open market. Commercial-off-the-shelf or commercially available off-the-shelf (COTS) products are packaged (ready-made) hardware or software, which are adapted aftermarket to the needs of the purchasing organisation, rather than the commissioning of custom-made, or bespoke, solutions”.
The duration of the contract will be up to five years from the date of contract, with an option for up to a further three years of ongoing software licence, maintenance provision and support wrap (and hosting provision where this is provided by the tenderer). 
The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Moderate (Reference – 273623791). Please see DEFSTAN 05/138 for further information on Cyber Security and the Risk Profiles. You must complete your Supplier Assurance Questionnaire using the following link and include it with your Tender response: https://forms.office.com/pages/responsepage.aspx?id=7WB3vlNZS0iuldChbfoJ5Tia6pS3VU5EuhfRvV-BqYtURTFYMUpPOElZTjNUNDhaVjFLVklJMVpPUi4u&route=shorturl
The competitive procurement will be managed in accordance with the Procurement Regulations 2024.
You may express your interest in this requirement by completing the PSQ found at the IMS Project Opportunities Notice no later than 14/05/2025. A link to this is provided elsewhere in the Tender Notice.

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

Electronic Quality Management System (EQMS)

The Forensic Science Regulator (FSR) timeline for achieving compliance with statutory regulations means that a number of business areas within Surrey Police and Sussex Police are either currently already accredited or are looking to become accredited or compliant with the FSR's Code of Practice. As such the demand upon the current Quality Management System (QMS) being used, has never been so high and is only due to continue to expand as more units/sites and departments seek to become accredited and become fully engaged with the accreditation process and meeting statutory requirements This Invitation to Tender ("ITT") has been issued by the Police and Crime Commissioner for Surrey on behalf of itself and the Police and Crime Commissioner for Sussex (together "the Contracting Authority") who are seeking to award a Contract for the provision of an Electronic Quality Management System (eQMS). The Requirement will be tendered for a single Supplier. The Contract Term shall be for a period of 5 years with the option to extend by a further two 12 month periods. The anticipated commencement date of the Contract is 1st August 2025. Any changes to this commencement date will be communicated to all bidders through the Contracting Authority's e-tendering portal (https://sell2.in-tend.co.uk/blpd). Please note that before any contract can be awarded, there will be an internal governance process to obtain approval before proceeding, this may be delayed if the cost of the contract is greater than that currently budgeted for.

Katy Reed

Published 2 weeks ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline complete