Section one: Contracting authority
one.1) Name and addresses
Police Digital Service
20 Gresham Street,
LONDON
EC2V 7JE
Contact
Nia Harvey
Telephone
+44 123456789
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.2) Information about joint procurement
The contract is awarded by a central purchasing body
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=76134&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=76134&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
Social Media Management and Engagement Platform
Reference number
PDSCN-235-2023
two.1.2) Main CPV code
- 48510000 - Communication software package
two.1.3) Type of contract
Supplies
two.1.4) Short description
Multi-Supplier Framework for Police Forces and Contracting Bodies to procure via a further competition or direct award a Social Media Management and Engagement Platform. The Framework will be for a period of four (4) years (with an initial term of two (2) years and the option to extend for two (2) further periods of one (1) year each),
The Contracting Authority acting in its sole discretion via further competition or direct award can award for a period of eight (8) years (with an initial term of two (2) years and the option to extend for further periods, up to six (6) years).
two.1.5) Estimated total value
Value excluding VAT: £12,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Social Media Management Platform
Lot No
1
two.2.2) Additional CPV code(s)
- 48500000 - Communication and multimedia software package
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
two.2.4) Description of the procurement
Lot 1 will consist of the Social Media Management Solution which will enable users to operate and control all their corporate social media channels in once place in a safe, secure and auditable way.
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: £6,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2024
End date
30 April 2028
This contract is subject to renewal
No
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
Attached as document
two.2) Description
two.2.1) Title
Social Media Management and Live Chat Platform
Lot No
2
two.2.2) Additional CPV code(s)
- 48510000 - Communication software package
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
two.2.4) Description of the procurement
Lot 2 will consist of the Social Media Management and Integrated Live Chat Solution which will enable users to operate and control all their corporate social media channels and Live Chat platform in once place in a safe, secure and auditable way.
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: £6,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2024
End date
30 April 2028
This contract is subject to renewal
No
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-023947
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 March 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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
6 March 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The estimated value of the framework described in this notice is GBP 12 000 000. This figure has been calculated on the assumption that the framework runs for its maximum possible term (the initial terms of 2 years, plus the further extension periods of 1 year each) and that a number of call-off contracts are awarded by the various parties listed in the ITT. For the avoidance of doubt, the contracting authority gives no warranty or representation as to the value of any call-off contract, or the number of call-off contracts, if any, which may be awarded.
six.4) Procedures for review
six.4.1) Review body
High Court
7 Rolls Building
London
EC4A 1NL
Country
United Kingdom