Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Police Digital Service
08113293
20 Gresham Street,
LONDON
EC2V 7JE
UK
Contact person: Kenny Stewart
Telephone: +44 7971031811
E-mail: kenny.stewart@pds.police.uk
NUTS: UK
Internet address(es)
Main address: https://pds.police.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/94392
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=76817&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=76817&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
Provision of Sentinel Data Ingestion Review and Cost Optimisation Services
Reference number: PDSCN-307-2024
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description
This procurement is for the provision of Microsoft Sentinel data ingestion review and cost optimisation services (including a comprehensive assessment across workspaces, prioritise optimisation strategies, and realise cost-saving opportunities) to the Police Digital Service (PDS) Network Management Centre (NMC) on behalf of UK Police users.
II.1.5) Estimated total value
Value excluding VAT:
100 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Remote (and PDS NMC, as required)
II.2.4) Description of the procurement
Provision of Microsoft Sentinel data ingestion review and cost optimisation services, including a comprehensive assessment across workspaces, prioritise optimisation strategies, and realise cost-saving opportunities, to the Police Digital Service (PDS) Network Management Centre (NMC) on behalf of UK Police users.
The optimisation deliverables aim to optimise data ingestion within multiple Police force Sentinel workspaces monitored by the National Management Centre (NMC), focusing on reviewing log sources, data connectors, and collection methods to identify opportunities for cost reduction while aligning with industry best practices. The objective is to conduct a comprehensive assessment across workspaces, prioritise optimisation strategies, and realise cost-saving opportunities.
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:
100 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 6
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 22
Objective criteria for choosing the limited number of candidates:
RM3764.3 Cyber Security Services 3 DPS supplier shortlist filter complied on PDS specification and assessment criteria and date stamped 08 Jan 2024.
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
On PDS written instruction, once the DPS Order Contract is awarded it may be later novated to Bluelight Commercial Ltd. whose registered office is Lower Ground floor, 5 – 8 The Sanctuary, London SW1P 3JS.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
These documents are set out in the accompanying tender documentation.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents.
Minimum level(s) of standards required:
Selection criteria as stated in the procurement documents.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents.
Minimum level(s) of standards required:
Selection criteria as stated in the procurement documents.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Selection criteria as stated in the procurement documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
31/01/2024
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
Tender must be valid until:
30/04/2024
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic payment will be used
VI.3) Additional information
If not already registered, suppliers will need to register here to gain access to the relevant documents - https://uk.eu-supply.com/ctm/Company/CompanyRegistration/RegisterCompany?OID=1&B=UK . Prior to the release of the procurement documents suppliers will need to sign a Non-Disclosure Agreement and submit this via the Bluelight portal.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice
London
WC2A 2L
UK
VI.5) Date of dispatch of this notice
09/01/2024