Tender

Covert Management System

  • Police Digital Service

F02: Contract notice

Notice identifier: 2021/S 000-007452

Procurement identifier (OCID): ocds-h6vhtk-02a48d

Published 9 April 2021, 5:06pm



Section one: Contracting authority

one.1) Name and addresses

Police Digital Service

33 Queen Street,

LONDON

EC4R 1AP

Contact

Krish Khanna

Email

Krish.Khanna@TLTSolicitors.com

Telephone

+44 7970217549

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

08113293

Internet address(es)

Main address

https://www.policedigital.services/

Buyer's address

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

one.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=37411&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=37411&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

Covert Management System

Reference number

PICTCN-121-2021

two.1.2) Main CPV code

  • 72268000 - Software supply services

two.1.3) Type of contract

Services

two.1.4) Short description

The Contracting Authority is seeking to procure a multi- supplier framework agreement (with up to 5 suppliers) on behalf of UK Policing, with scope for the procured services to be rolled out to other emergency services in the future. This will be for a period of 4 years, aiming to commence on or around 22 June 2021.

Full details of the Contracting Authority's requirements are detailed in the ITT and associated documents. Access to these documents is restricted. No bidder will be granted access to these documents without first entering into the Contracting Authority's Non - Disclosure Agreement.

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72250000 - System and support services
  • 72260000 - Software-related services
  • 72400000 - Internet services
  • 72600000 - Computer support and consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Contracting Authority is seeking to procure a multi- supplier framework agreement (with up to 5 suppliers) on behalf of UK Policing, with scope for the procured services to be rolled out to other emergency services in the future. This will be for a period of 4 years, aiming to commence on or around 22 June 2021.

Full details of the Contracting Authority's requirements are detailed in the ITT and associated documents. Access to these documents is restricted. No bidder will be granted access to these documents without first entering into the Contracting Authority's Non - Disclosure Agreement.

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: £10,000,000

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

Duration in months

48

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

The estimated value of the framework is GBP 10million. This is an estimate only and 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.


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

three.2) Conditions related to the contract

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

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

Date

10 May 2021

Local time

5:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

10 May 2021

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court

7 Rolls Building

London

EC4A 1NL

Country

United Kingdom