Contract notice

Information

Published

Expire date: 31/01/2024

External Reference: 2024-557376

FTS Reference: 2024-000631

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: Kenny Stewart
Telephone: +44 7971031811
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
Main address: https://pds.police.uk

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 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 Sentinel Data Ingestion Review and Cost Optimisation Services
Reference number:  PDSCN-307-2024
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 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: 100000.00  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  -  IT services: consulting, software development, Internet and support
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
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: 100000.00  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 possibly 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 possibly 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 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:  31/01/2024
Local time:  12:00
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:  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