Tender

Dynamic Decision and Case Management System (DDaCS)

POLICE DIGITAL SERVICE

This public procurement record has 4 releases in its history.

Planning

21 Mar 2023 at 16:09

TenderUpdate

27 Jun 2022 at 20:11

TenderUpdate

05 May 2022 at 10:41

Planning

29 Apr 2022 at 12:24

Summary of the contracting process

The Police Digital Service is initiating a procurement process for the project titled "Dynamic Decision and Case Management System (DDaCS)" in the IT services category. This procurement is planned to provide a comprehensive ICT solution for proactive investigations within UK law enforcement agencies. The tender is in the planning stage, and a briefing session for interested Economic Operators (EOs) is scheduled for Thursday, April 20th, 2023. Key dates include submission of capability statements by Tuesday, April 11th, 2023, and signing the NDA by Thursday, April 13th, 2023. The location for the briefing session will be in central London.

This tender opportunity aims to create a Framework Agreement for the delivery of software and related services to support proactive operations in UK policing. Businesses offering end-to-end case management, decision support, and system integration services are well-suited to compete. Suppliers with a focus on IT services, software development, and Internet solutions may find this opportunity aligning with their capabilities. The procurement process is expected to span up to 6 years, providing stable business growth opportunities for interested parties in the services sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Dynamic Decision and Case Management System (DDaCS)

Notice Description

Previously referred to as National Policing Proactive Information and Recording Management Solution (NP2IRM). This procurement is for a single supplier Framework Agreement (6-10 years) providing an interoperable ICT solution for organisations within proactive investigations/operations. Capabilities will include, but not limited to; - End-to-end case management. - Decision logging - Decision support (Situational Awareness) Consultation is expected to inform PDS on supplier interest/capability. Draft requirements will be shared with suppliers who meet the security and qualification requirements.

Lot Information

Lot 1

The Police Digital Service intends to implement a Framework Agreement (Via a Competitive Procedure with Negotiation under PCR 2015) which allows police forces, other law enforcement agencies and public bodies to call off the services. The full scope of the services will be provided with the Selection Questionnaire (SQ) subject to signature of an NDA and confirmation of appropriate vetting. The high-level requirements may include, but are not limited to, the following (these will be fully defined and shared in the tender pack when it is published including the full evaluation criteria): (i) Business application development - (development of new applications, integration with existing systems and interfaces with external systems); (ii) Business application/s support and maintenance - (support and maintenance of production application systems, business continuity management, upgrades to applications resulting from technology changes); (iii) Desktop services - (end to end desktop managed service, virtual desktop infrastructure, virtual and thin solutions, remote access, integration and interface management between third party desktop provided services and other services provided under this PIN); (iv) System integration (service management, service desk/helpdesk, event management, incident management, problem management, request fulfilment, common service operations, access management, application support management, ICT facilities management, change management, configuration management, knowledge management, release planning, release management, service catalogue management, service level management, capacity management, availability management, service continuity, information security management, supplier management and network management); and (v) Provision of Hardware and Commercial Off the Shelf (COTS) Software - (licensing of proprietary or open-source software including underlying database systems, maintenance, provision of third-party items, configuration and implementation services). Scope of project across UK policing, wider law enforcements and its partners. These capabilities and services are envisioned to be introduced, in one coherent solution, across proactive police operations i.e. planned, deliberate investigations/operations which may include, but not limited to the following: - Serious Organised Crime (SOC) investigations and associated operations at all levels (force, regional and national) including the sensitive intelligence network; - Counter Terrorism Policing investigations and associated operations at all levels (force, regional and national); - Fugitive/manhunt investigations and associated operations at all levels (force, regional and national); - Kidnap/crime in action response investigations and associated operations at all levels (force, regional and national); - Cyber incidents and investigations/operations across the ROCU Cybercrime Units and Force Cybercrime Units in UK policing; and - Any planned operation where there is a clear or implied threat to life (TTL) in which the operation invokes a response under Article 2 of the Human Rights Act 1998, placing an obligation on law enforcement agencies to take reasonable steps to protect a person whose life is in 'Real and Immediate Danger'. Additional information: Further to the initial PIN (May 22), this PIN is to signal an intention to commence market engagement with new and existing interested suppliers and share draft requirements & indicative procurement timelines, with Suppliers who meet the security requirements. The estimated date of publication is subject to change. To participate, please refer to Section VI.3 (Additional Information) below.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03321a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/008212-2023
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

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

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 Mar 20232 years ago
Submission Deadline
Not specified
Future Notice Date
25 May 2023Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
POLICE DIGITAL SERVICE
Contact Name
Angie James, Dave Edwards, David Edwards, Victoria Barton
Contact Email
commercial@pds.police.uk, victoria.barton@pds.police.uk
Contact Phone
+44 7890917474

Buyer Location

Locality
LONDON
Postcode
EC4R 1AP
Post Town
Central London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
City of London
Electoral Ward
Cheap
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03321a-2023-03-21T16:09:26Z",
    "date": "2023-03-21T16:09:26Z",
    "ocid": "ocds-h6vhtk-03321a",
    "description": "The procurement is in support of a project vision of: \"A consistent, robust and trusted approach to complete case management, contemporaneous recording of decision-making and operational responses for all UK police forces and nationally coordinated law enforcement structures that are charged with conducting operations where the threat to public and officer safety may be high. This initiative will focus on the end user of intelligence and wider situational awareness that supports effective decision-making.\" This procurement will also support the wider Police Digital Strategy 2023-2033 and be an enabler of \"aligning around a national vision for police data and technology. This will be borne from the architectural principles we apply, and will guide our investments.\" Supplier engagement - EOs interested in this opportunity are invited to attend a briefing session to be held in a central London location on Thursday 20th April 2023, however attendance is subject to the following criteria: Attendee Numbers - Maximum of two (2) persons only per EO. Capability Statement - Submit a 500-word statement/ summary explaining your interest/ reasons for attending. The supporting information is required as soon as possible but no later than 9am Tuesday 11th April 2023 Vetting - All attendees to have either current NPPV3 or SC clearance as a minimum issued by the Warwickshire Police National Contractor Vetting Scheme (NCVS), evidence of which must be provided by 9am Tuesday 11th April 2023 . NDA - Upon receipt of confirmed vetting clearance, all attendees will be forwarded an NDA which must be signed and returned by no later than Thursday 13th April 2023 . Attendance - Upon return of a signed NDA, venue details and draft requirements will be forwarded to attendees. Please note that substitute attendees, without the required vetting clearance and a signed NDA, will not be able to attend the briefing session. Documents will be restricted view for those individuals who have met the above stated security requirements. Should suppliers withdraw from the process at any stage, all documentation must be securely disposed of and confirmation provided via EU Supply. Confirmation - ALL communication regarding this opportunity, attendance at the briefing session, the NDA and security vetting MUST be sent to Victoria Barton via EU Supply quote ref 67826 NB: NO OTHER FORM OF COMMUNICATION WILL BE ACCEPTED FOR THIS STAGE OF THE OPPORTUNITY.",
    "initiationType": "tender",
    "tender": {
        "id": "PDSCN-165-2022",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Dynamic Decision and Case Management System (DDaCS)",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "Previously referred to as National Policing Proactive Information and Recording Management Solution (NP2IRM). This procurement is for a single supplier Framework Agreement (6-10 years) providing an interoperable ICT solution for organisations within proactive investigations/operations. Capabilities will include, but not limited to; - End-to-end case management. - Decision logging - Decision support (Situational Awareness) Consultation is expected to inform PDS on supplier interest/capability. Draft requirements will be shared with suppliers who meet the security and qualification requirements.",
        "lots": [
            {
                "id": "1",
                "description": "The Police Digital Service intends to implement a Framework Agreement (Via a Competitive Procedure with Negotiation under PCR 2015) which allows police forces, other law enforcement agencies and public bodies to call off the services. The full scope of the services will be provided with the Selection Questionnaire (SQ) subject to signature of an NDA and confirmation of appropriate vetting. The high-level requirements may include, but are not limited to, the following (these will be fully defined and shared in the tender pack when it is published including the full evaluation criteria): (i) Business application development - (development of new applications, integration with existing systems and interfaces with external systems); (ii) Business application/s support and maintenance - (support and maintenance of production application systems, business continuity management, upgrades to applications resulting from technology changes); (iii) Desktop services - (end to end desktop managed service, virtual desktop infrastructure, virtual and thin solutions, remote access, integration and interface management between third party desktop provided services and other services provided under this PIN); (iv) System integration (service management, service desk/helpdesk, event management, incident management, problem management, request fulfilment, common service operations, access management, application support management, ICT facilities management, change management, configuration management, knowledge management, release planning, release management, service catalogue management, service level management, capacity management, availability management, service continuity, information security management, supplier management and network management); and (v) Provision of Hardware and Commercial Off the Shelf (COTS) Software - (licensing of proprietary or open-source software including underlying database systems, maintenance, provision of third-party items, configuration and implementation services). Scope of project across UK policing, wider law enforcements and its partners. These capabilities and services are envisioned to be introduced, in one coherent solution, across proactive police operations i.e. planned, deliberate investigations/operations which may include, but not limited to the following: - Serious Organised Crime (SOC) investigations and associated operations at all levels (force, regional and national) including the sensitive intelligence network; - Counter Terrorism Policing investigations and associated operations at all levels (force, regional and national); - Fugitive/manhunt investigations and associated operations at all levels (force, regional and national); - Kidnap/crime in action response investigations and associated operations at all levels (force, regional and national); - Cyber incidents and investigations/operations across the ROCU Cybercrime Units and Force Cybercrime Units in UK policing; and - Any planned operation where there is a clear or implied threat to life (TTL) in which the operation invokes a response under Article 2 of the Human Rights Act 1998, placing an obligation on law enforcement agencies to take reasonable steps to protect a person whose life is in 'Real and Immediate Danger'. Additional information: Further to the initial PIN (May 22), this PIN is to signal an intention to commence market engagement with new and existing interested suppliers and share draft requirements & indicative procurement timelines, with Suppliers who meet the security requirements. The estimated date of publication is subject to change. To participate, please refer to Section VI.3 (Additional Information) below.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ]
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-05-26T00:00:00+01:00"
        },
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "text": "Value including VAT: PS15,000,000 to PS35,000,000"
                        },
                        "where": {
                            "section": "II. 1.5)",
                            "label": "Estimated total value"
                        }
                    },
                    {
                        "oldValue": {
                            "text": "National Policing Proactive Investigation Recording & Management (NP21RM) Solution"
                        },
                        "newValue": {
                            "text": "National Policing Proactive Information and Recording Management (NP2IRM)"
                        },
                        "where": {
                            "section": "II. 1.1)",
                            "label": "Title"
                        }
                    },
                    {
                        "oldValue": {
                            "text": "The Police Digital Service intends to implement a Framework Agreement which allows police forces and other law enforcement agencies and public bodies to call off the services. The full scope of the services will be provided as part of the tender process but is subject to all interested Economic Operators (EO) signing a mandatory Non-Disclosure Agreement (NDA) and confirmation of appropriate vetting. It is envisaged the services, which could be let as lots (the exact nature of lots to be agreed following a market sounding exercise), may include, but not limited to, the following: (i) Business application development - development of new applications, integration with existing systems and interfaces with external systems; (ii) Business application/s support and maintenance - (support and maintenance of production application systems, business continuity management, upgrades to applications resulting from technology changes); (iii) Desktop services - (end to end desktop managed service, virtual desktop infrastructure, virtual and thin solutions, remote access, integration and interface management between third party desktop provided services and other services provided under this PIN); (iv) System integration (service management, service desk/helpdesk, event management, incident management, problem management, request fulfilment, common service operations, access management, application support management, ICT facilities management, change management, configuration management, knowledge management, release planning, release management, service catalogue management, service level management, capacity management, availability management, service continuity, information security management, supplier management, network management); (v) Data Centre services - (data centre provision and management, physical hosting of servers and communication equipment, hosting of business applications, data hosting and hosting of web-based systems, backup and disaster recovery); and (vi) Provision of Hardware and Commercial Off the Shelf (COTS) Software - (licensing of proprietary or open source software including underlying database systems, maintenance, provision of third party items, configuration and implementation services). Scope of project across UK policing. These capabilities and services are envisioned to be introduced, in one coherent solution, across proactive police operations i.e. planned, deliberate investigations/operations which may include, but not limited to: - Serious Organised Crime (SOC) investigations and associated operations at all levels (force, regional and national) including the sensitive intelligence network; - Counter Terrorism Policing investigations and associated operations at all levels (force, regional and national); - Fugitive/manhunt investigations and associated operations at all levels (force, regional and national); - Kidnap/crime in action response investigations and associated operations at all levels (force, regional and national); - Cybercrime policing for ROCUs and forces; and - Any planned operation where there is a clear or implied threat to life (TTL) in which the operation invokes a response under Article 2 of the Human Rights Act 1998, placing an obligation on law enforcement agencies to take reasonable steps to protect a person whose life is in 'Real and Immediate Danger'."
                        },
                        "newValue": {
                            "text": "The Police Digital Service intends to implement a Framework Agreement which allows police forces, other law enforcement agencies and public bodies to call off the services. The full scope of the services will be provided with the Selection Questionnaire (SQ) subject to signature of an NDA and confirmation of appropriate vetting. The high-level requirements may include, but are not limited to, the following (these will be fully defined and shared in the tender pack when it is published including the full evaluation criteria): (i) Business application development - (development of new applications, integration with existing systems and interfaces with external systems); (ii) Business application/s support and maintenance - (support and maintenance of production application systems, business continuity management, upgrades to applications resulting from technology changes); (iii) Desktop services - (end to end desktop managed service, virtual desktop infrastructure, virtual and thin solutions, remote access, integration and interface management between third party desktop provided services and other services provided under this PIN); (iv) System integration (service management, service desk/helpdesk, event management, incident management, problem management, request fulfilment, common service operations, access management, application support management, ICT facilities management, change management, configuration management, knowledge management, release planning, release management, service catalogue management, service level management, capacity management, availability management, service continuity, information security management, supplier management and network management); (v) Data Centre services - (data centre provision and management, physical hosting of servers and communication equipment, hosting of business applications, data hosting and hosting of web-based systems, backup and disaster recovery); and (vi) Provision of Hardware and Commercial Off the Shelf (COTS) Software - (licensing of proprietary or open-source software including underlying database systems, maintenance, provision of third-party items, configuration and implementation services). Scope of project across UK policing, wider law enforcements and its partners. These capabilities and services are envisioned to be introduced, in one coherent solution, across proactive police operations i.e. planned, deliberate investigations/operations which may include, but not limited to the following: - Serious Organised Crime (SOC) investigations and associated operations at all levels (force, regional and national) including the sensitive intelligence network; - Counter Terrorism Policing investigations and associated operations at all levels (force, regional and national); - Fugitive/manhunt investigations and associated operations at all levels (force, regional and national); - Kidnap/crime in action response investigations and associated operations at all levels (force, regional and national); - Cyber incidents and investigations/operations across the ROCU Cybercrime Units and Force Cybercrime Units in UK policing; and - Any planned operation where there is a clear or implied threat to life (TTL) in which the operation invokes a response under Article 2 of the Human Rights Act 1998, placing an obligation on law enforcement agencies to take reasonable steps to protect a person whose life is in 'Real and Immediate Danger'."
                        },
                        "where": {
                            "section": "II.2.4)",
                            "label": "Description of the procurement"
                        }
                    },
                    {
                        "newValue": {
                            "text": "Price is not the only award criterion, and all criteria are stated only in the procurement documents."
                        },
                        "where": {
                            "section": "II.2.5)",
                            "label": "Award criteria"
                        }
                    },
                    {
                        "newValue": {
                            "text": "Duration in months: Up to 72 months. This contract is subject to renewal: no."
                        },
                        "where": {
                            "section": "II.2.7)",
                            "label": "Duration of the contract, framework agreement or dynamic purchasing system"
                        }
                    },
                    {
                        "newValue": {
                            "text": "Variants will be accepted: no."
                        },
                        "where": {
                            "section": "II.2.10)",
                            "label": "Information about variants"
                        }
                    },
                    {
                        "newValue": {
                            "text": "The procurement is related to a project and/or programme financed by European Union funds: no."
                        },
                        "where": {
                            "section": "II.2.13)",
                            "label": "Information about European Union funds"
                        }
                    },
                    {
                        "newValue": {
                            "text": "This PIN is to signal an intention to commence market engagement with interested suppliers. To participate, please follow the guidance set out in Section VI.3 (Additional Information) below. The estimated date of contract publication is subject to change as a result of market engagement and further research."
                        },
                        "where": {
                            "section": "II.2.14)",
                            "label": "Additional information"
                        }
                    },
                    {
                        "newValue": {
                            "text": "Competitive Procedure with Negotiation."
                        },
                        "where": {
                            "section": "IV.1.1)",
                            "label": "Type of procedure"
                        }
                    },
                    {
                        "newValue": {
                            "text": "The procurement involves the establishment of a Framework Agreement with a single operator. This Framework may be used by police forces, other law enforcement agencies, the Ministry of Defence, the Home Office and potentially other contracting authorities. The list of in-scope contracting authorities will be confirmed when the procurement commences."
                        },
                        "where": {
                            "section": "IV.1.3)",
                            "label": "Information about a framework agreement or a dynamic purchasing system"
                        }
                    },
                    {
                        "oldValue": {
                            "text": "The procurement is covered by the Government Procurement Agreement: No"
                        },
                        "newValue": {
                            "text": "The procurement is covered by the Government Procurement Agreement: Yes"
                        },
                        "where": {
                            "section": "IV.1.8)",
                            "label": "Information about the Government Procurement Agreement (GPA)"
                        }
                    },
                    {
                        "oldValue": {
                            "text": "In addition to the previous information, services may be required on a national scale across several sites. EOs should be capable of implementation across multiple sites simultaneously. The procurement is in support of a project vision of \"A consistent, robust and trusted approach to complete case management, contemporaneous recording of decision-making and operational responses for all UK police forces and nationally coordinated law enforcement structures that are charged with conducting operations where the threat to public and officer safety may be high. This initiative will focus on the end user of intelligence and wider situational awareness that supports effective decision-making.\" This procurement will also support the wider Police Digital Strategy and enabler of \"aligning around a national vision for police data and technology. This will be borne from the architectural principles we apply, and will guide our investments.\" EOs interested in this opportunity are invited to a briefing session to be held on Friday 20th May 2022, however attendance is subject to the following criteria: Attendee Numbers - Maximum of Two (2) persons only per EO. Vetting - All attendees to have either current NPPV3 or SC clearance, evidence of which must be provided by Monday 9th May 2022 the latest. NDA - Upon receipt of confirmed vetting clearance, all attendees will be forwarded an NDA which must be signed and returned by no later than Thursday 12th May 2022. Attendance - Upon return of a signed NDA, venue details etc. will be forwarded to attendees. Please note that substitute attendees, without the required vetting clearance and a signed NDA, will be refused access to the briefing session. Confirmation - ALL communication regarding this opportunity, attendance at the briefing session, the NDA and security vetting MUST be sent to Angie James at commercial@pds.police.uk NB: NO OTHER FORM OF COMMUNICATION WILL BE ACCEPTED FOR THIS STAGE OF THE OPPORTUNITY."
                        },
                        "newValue": {
                            "text": "The procurement is in support of a project vision of: \"A consistent, robust and trusted approach to complete case management, contemporaneous recording of decision-making and operational responses for all UK police forces and nationally coordinated law enforcement structures that are charged with conducting operations where the threat to public and officer safety may be high. This initiative will focus on the end user of intelligence and wider situational awareness that supports effective decision-making.\" This procurement will also support the wider Police Digital Strategy 2030 and be an enabler of \"aligning around a national vision for police data and technology. This will be borne from the architectural principles we apply, and will guide our investments.\" Supplier engagement - EOs interested in this opportunity are invited to attend a briefing session to be held in a central London location on Friday 20th May 2022 (circa. midday to mid-afternoon), however VII.2) attendance is subject to the following criteria: Attendee Numbers - Maximum of two (2) persons only per EO. Capability Statement - Submit a 500-word statement/ summary explaining your interest/ reasons for attending. The supporting information is required as soon as possible but no later than Monday 9th May 2022. Vetting - All attendees to have either current NPPV3 or SC clearance issued by the Warwickshire Police National Contractor Vetting Scheme (NCVS), evidence of which must be provided by Monday 9th May 2022 at the latest. NDA - Upon receipt of confirmed vetting clearance, all attendees will be forwarded an NDA which must be signed and returned by no later than Thursday 12th May 2022. Attendance - Upon return of a signed NDA, venue details etc. will be forwarded to attendees. Please note that substitute attendees, without the required vetting clearance and a signed NDA, will not be able to attend the briefing session. Confirmation - ALL communication regarding this opportunity, attendance at the briefing session, the NDA and security vetting MUST be sent to David Edwards at commercial@pds.police.uk. NB: NO OTHER FORM OF COMMUNICATION WILL BE ACCEPTED FOR THIS STAGE OF THE OPPORTUNITY."
                        },
                        "where": {
                            "section": "VI.3)",
                            "label": "Additional information"
                        }
                    }
                ]
            },
            {
                "id": "2",
                "description": "The NP2IRM project is planning a second engagement event (likely to be virtual), that will be preceded by the release of a sample set of functional user requirements (incl. user stories, criteria etc.). The release of these is subject to suppliers having the appropriate clearance, submission of a capability statement and a signed/returned NDA. If new suppliers (currently unregistered for this opportunity with the Police Digital Service) would like to receive the sample set of user requirements and participate in the second supplier engagement event, they are requested to fulfil the following criteria: Submit a Capability Statement - a 500-word statement/summary explaining your interest/reasons for attending. The supporting information is requested as soon as possible but no later than Tuesday 12th July 2022. Confirm vetting - all attendees are to have either current NPPV3 or SC clearance issued by the Warwickshire Police National Contractor Vetting Scheme (NCVS), evidence of this must be provided by Tuesday 12th July 2022 at the latest. NDA - upon receipt of confirmed vetting clearance, all attendees will be sent an NDA which must be signed and returned by no later than Tuesday 12th July 2022. Sending of user requirements and event attendance - Upon return of a signed NDA, the sample set of user requirements and the venue/joining details will be sent to attendees. Please note that substitute attendees, without the required vetting clearance and a signed NDA, will not be able to attend the engagement event. Note: - ALL communication regarding this opportunity, attendance at the engagement event, the NDA and security vetting MUST be sent to David Edwards at commercial@pds.police.uk. NO OTHER FORM OF COMMUNICATION WILL BE ACCEPTED FOR THIS STAGE OF THE OPPORTUNITY"
            }
        ],
        "coveredBy": [
            "GPA"
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-11756",
            "name": "Police Digital Service",
            "identifier": {
                "legalName": "Police Digital Service",
                "id": "08113293"
            },
            "address": {
                "streetAddress": "33 Queen Street,",
                "locality": "LONDON",
                "region": "UK",
                "postalCode": "EC4R 1AP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Angie James",
                "email": "commercial@pds.police.uk",
                "url": "https://uk.eu-supply.com/ctm/Supplier/Documents/Folder/39686"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://pds.police.uk/",
                "buyerProfile": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/94392",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-51968",
            "name": "Police Digital Service",
            "identifier": {
                "legalName": "Police Digital Service",
                "id": "08113293"
            },
            "address": {
                "streetAddress": "33 Queen Street",
                "locality": "LONDON",
                "region": "UK",
                "postalCode": "EC4R 1AP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "David Edwards",
                "email": "commercial@pds.police.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://pds.police.uk/",
                "buyerProfile": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/94392"
            }
        },
        {
            "id": "GB-FTS-56702",
            "name": "Police Digital Service",
            "identifier": {
                "legalName": "Police Digital Service",
                "id": "08113293"
            },
            "address": {
                "streetAddress": "20 Gresham Street",
                "locality": "LONDON",
                "region": "UK",
                "postalCode": "EC2V 7JE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Dave Edwards",
                "email": "commercial@pds.police.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://pds.police.uk/",
                "buyerProfile": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/94392"
            }
        },
        {
            "id": "GB-FTS-54627",
            "name": "Police Digital Service",
            "identifier": {
                "legalName": "Police Digital Service",
                "id": "08113293"
            },
            "address": {
                "streetAddress": "20 Gresham Street,",
                "locality": "LONDON",
                "region": "UK",
                "postalCode": "EC2V 7JE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Victoria Barton",
                "telephone": "+44 7890917474",
                "email": "victoria.barton@pds.police.uk",
                "url": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=61807&B=BLUELIGHT"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://pds.police.uk/",
                "buyerProfile": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/94392",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-54627",
        "name": "Police Digital Service"
    },
    "language": "en"
}