Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Police Digital Service
08113293
20 Gresham Street,
LONDON
EC2V 7JE
UK
Contact person: Derek Edwards
Telephone: +44 3330060000
E-mail: derek.edwards@tlt.com
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
Access to the procurement documents is restricted. Further information can be obtained at:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=74638&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=74638&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 a Police and Justice Text Redaction Tool
Reference number: PDSCN-294-2023
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 a multi-supplier framework agreement (Framework Agreement), for the provision of a PDS Text Redaction Tool for documentation. The solution will include software, licencing and support and maintenance requirement and eLearning training. The solution will provide a full audit trail of activities and gives forces the ability to be in control of their data.
II.1.5) Estimated total value
Value excluding VAT:
10 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
48000000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
This procurement is for the provision of a multi-supplier framework agreement (Framework Agreement), for the provision of a PDS Text Redaction Tool for documentation. The solution will include software, licencing and support and maintenance requirement. The solution will provide a full audit trail of activities and gives forces the ability to be in control of their data.
The redaction process for text requires a solution that is intuitive, can identify selected individual and/or recurring text, adheres to PII and data protection regs dynamically, within a range of document formats and handwritten scanned docs.
The expectation is that individual or multiple docs can be redacted simultaneously without increasing the file size of the document(s).
It is expected that the tool will integrate with existing systems (such as RMS systems) to enable a smooth transition of data and ensure all redacted documents are linked to a case where applicable.
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:
10 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
29/02/2024
End:
28/02/2027
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
The intention is that once the Framework Agreement is awarded it will be 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
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
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
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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
15/12/2023
Local time: 17:00
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:
31/03/2024
IV.2.7) Conditions for opening of tenders
Date:
15/12/2023
Local time: 17:00
Place:
London
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
Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
01/11/2023