Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Police Digital Service
08113293
20 Gresham Street,
LONDON
EC2V 7JE
UK
Contact person: Nia Harvey
Telephone: +44 123456789
E-mail: nia.harvey@pds.police.uk
NUTS: UK
Internet address(es)
Main address: www.pds.police.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/94392
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=76134&B=BLUELIGHT
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=76134&B=BLUELIGHT
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Social Media Management and Engagement Platform
Reference number: PDSCN-235-2023
II.1.2) Main CPV code
48510000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Multi-Supplier Framework for Police Forces and Contracting Bodies to procure via a further competition or direct award a Social Media Management and Engagement Platform. The Framework will be for a period of four (4) years (with an initial term of two (2) years and the option to extend for two (2) further periods of one (1) year each),
The Contracting Authority acting in its sole discretion via further competition or direct award can award for a period of eight (8) years (with an initial term of two (2) years and the option to extend for further periods, up to six (6) years).
II.1.5) Estimated total value
Value excluding VAT:
12 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Social Media Management Platform
II.2.2) Additional CPV code(s)
48500000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UK
II.2.4) Description of the procurement
Lot 1 will consist of the Social Media Management Solution which will enable users to operate and control all their corporate social media channels in once place in a safe, secure and auditable way.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
6 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/05/2024
End:
30/04/2028
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Attached as document
Lot No: 2
II.2.1) Title
Social Media Management and Live Chat Platform
II.2.2) Additional CPV code(s)
48510000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UK
II.2.4) Description of the procurement
Lot 2 will consist of the Social Media Management and Integrated Live Chat Solution which will enable users to operate and control all their corporate social media channels and Live Chat platform in once place in a safe, secure and auditable way.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
6 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/05/2024
End:
30/04/2028
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 5
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-023947
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
06/03/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
06/03/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The estimated value of the framework described in this notice is GBP 12 000 000. This figure has been calculated on the assumption that the framework runs for its maximum possible term (the initial terms of 2 years, plus the further extension periods of 1 year each) and that a number of call-off contracts are awarded by the various parties listed in the ITT. For the avoidance of doubt, the contracting authority gives no warranty or representation as to the value of any call-off contract, or the number of call-off contracts, if any, which may be awarded.
VI.4) Procedures for review
VI.4.1) Review body
High Court
7 Rolls Building
London
EC4A 1NL
UK
VI.5) Date of dispatch of this notice
05/02/2024