Digital Forensic Examination Services for the Ministry of Defence Police
The examination of seized digital media is a key element in over 90 % of MDP Crime Command investigations.
United Kingdom-Glasgow: Technical analysis or consultancy services
2020/S 137-338163
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Room 2.1.02, Kentigern House, 65 Brown Street
Town: Glasgow
NUTS code: UKM82 Glasgow City
Postal code: G2 8EX
Country: United Kingdom
E-mail: elaine.white357@mod.gov.uk
Telephone: +44 1412242706
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of Digital Forensic Examination Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Provision of digital forensic examination services for the Ministry f Defence Police (MDP) Crime Command.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
South East (ENGLAND).
II.2.4)Description of the procurement:
As a result of changes in the requirements for the accreditation of Digital forensic Units (DFU), a decision was made to close the Ministry of Defence Police (MDP) Digital examination capability unit.
The examination of seized Digital Media is a key element in over 90 % of MDP Crime Command (CC) investigations.
The submission of digital devices is required to enable professionally accredited analysts to extract and analyse the data contained within and produce it in an intelligence or evidential package.
The majority of communication and trading in today’so world is completed on a digital platform. Digital media is seized during the course of any investigation because it is believed that it contains evidence pertinent to the current investigation. If the device is not subjected to digital forensic analysis then evidence that is located on the device will be missed and will impact on any CPS charging decision and thus be detrimental to the investigation and possible prosecution.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on https://www.contracts.mod.uk/delta You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following access code: V622XQWZ46. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(so) is 14 August 2020 15.00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online frequently asked questions (FAQ’s) or the user guides or contact the MOD DCO Helpdesk by emailing — support@contracts.mod.uk or call 0800282324.
Interested suppliers are required to complete the dynamic pre-qualification questionnaire (DPQQ) to provide the authority with information to evaluate the supplier’s capacity and capability against the selection criteria. The authority uses the DPQQ response to create a shortlist of tenderers who:
1) are eligible to participate;
2) fulfil any minimum economic, financial, professional and technical standards; and
3) best meet, in terms of capacity and capability, the selection criteria set out in this notice and the DPQQ.
Further details of the method for choosing the tenderers is set out in the DPQQ.
The authority intends to invite the highest five scoring companies to tender stage, we reserve the right to increase this depending on outcome of DPQQ scoring.
II.2.10)Information about variants
II.2.11)Information about options
Twelve-month option period (November 2023-October 2022).
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The Cyber Risk level for this requirement is very low (VL)
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. The authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.
https://www.gov.uk/government/publications/government-security-classifications
Advertising regime OJEU: this contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on http://www.contracts.mod.uk
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following access code: V622XQWZ46.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online frequently asked questions (FAQ’s) or the user guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800282324.
Go reference: GO-2020714-DCB-16843654
VI.4.1)Review body
Town: Glasgow
Country: United Kingdom
E-mail: elaine.white357@mod.gov.uk
Telephone: +44 1412242706
VI.4.2)Body responsible for mediation procedures
Town: Glasgow
Country: United Kingdom
E-mail: elaine.white357@mod.gov.uk
Telephone: +44 1412242706
VI.4.4)Service from which information about the review procedure may be obtained
Town: Glasgow
Country: United Kingdom
E-mail: elaine.white357@mod.gov.uk
Telephone: +44 1412242706
VI.5)Date of dispatch of this notice: