Contract notice

Information

Published

Expire date: 15/12/2023

External Reference: 2023-509640

FTS Reference: 2023-032338

Contract notice

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
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
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 submitted
Tenders or requests to participate must be submitted
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  -  IT services: consulting, software development, Internet and support
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: 10000000.00  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  -  Software package and information systems
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
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: 10000000.00  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.2.10)

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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  5
IV.1.8)

Information about the 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

English
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