Tender

Provision of Sentinel Data Ingestion Review and Cost Optimisation Services

  • Police Digital Service

F02: Contract notice

Notice identifier: 2024/S 000-000631

Procurement identifier (OCID): ocds-h6vhtk-042ba4

Published 9 January 2024, 12:20pm



Section one: Contracting authority

one.1) Name and addresses

Police Digital Service

20 Gresham Street,

LONDON

EC2V 7JE

Contact

Kenny Stewart

Email

kenny.stewart@pds.police.uk

Telephone

+44 7971031811

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

08113293

Internet address(es)

Main address

https://pds.police.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/94392

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=76817&B=BLUELIGHT

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Sentinel Data Ingestion Review and Cost Optimisation Services

Reference number

PDSCN-307-2024

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £100,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Remote (and PDS NMC, as required)

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £100,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

6

This contract is subject to renewal

No

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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.

three.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.

three.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.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Selection criteria as stated in the procurement documents

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

31 January 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 30 April 2024


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic payment will be used

six.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.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice

London

WC2A 2L

Country

United Kingdom