Section one: Contracting authority
one.1) Name and addresses
Police Digital Service
20 Gresham Street,
LONDON
EC2V 7JE
Contact
Kenny Stewart
Telephone
+44 7971031811
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
08113293
Internet address(es)
Main address
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