METROPOLITAN POLICE SERVICE has floated a tender for Contract notice: IT services: consulting, software development, Internet and support. The project location is United Kingdom and the tender is closing on 13 Jan 2020. The tender notice number is 547495-2019, while the TOT Ref Number is 38087759. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : United Kingdom

Summary : Contract notice: IT services: consulting, software development, Internet and support

Deadline : 13 Jan 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 38087759

Document Ref. No. : 547495-2019

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : METROPOLITAN POLICE SERVICE
Office Name: Metropolitan Police Service
Address: Empress State Building, Lillie Road, Earls Court
Town: Greater London
Postal Code: SW6 1TR
Contact Point: Navid Ghamsari

Phone: +44 2071611550
United Kingdom
Email :navid.ghamsari@met.police.uk
URL :http://met.police.uk

Tender Details

Object of the contract
IT services: consulting, software development, Internet and support

Description: Contract notice: IT services: consulting, software development, Internet and support

Authority Type: Regional or local authority
Contact Nature: Services
Procedure: Competitive procedure with negotiation
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 72000000, 30100000, 30125110, 30200000, 30210000, 30213200, 30213300, 30232110, 30233130, 30233140, 30233180, 30234000, 30236200, 30237110, 30237135, 32250000, 32400000, 32410000, 32411000, 32412000, 32412100, 32412110, 32412120, 32413000, 32413100, 32415000, 32420000, 32421000, 32424000, 32425000, 32427000, 32428000, 32430000, 32500000, 32551400, 32562300, 32580000, 32581100, 42000000, 48000000, 48100000, 48200000, 48210000, 48214000, 48218000, 48220000, 48221000, 48222000, 48223000, 48300000, 48400000, 48500000, 48600000, 48621000, 48700000, 48710000, 48732000, 48800000, 48821000, 48824000, 48900000, 50312300, 50312320, 50334110, 51300000, 51600000, 64200000, 64213000, 72212200, 72212210, 72315000, 72315100, 72317000, 72322000, 72700000, 72710000, 72720000, 72000000, 30100000, 30125110, 30200000, 30210000, 30213200, 30213300, 30232110, 30233130, 30233140, 30233180, 30234000, 30236200, 30237110, 30237135, 32250000, 32400000, 32410000, 32411000, 32412000, 32412100, 32412110, 32412120, 32413000, 32413100, 32415000, 32420000, 32421000, 32424000, 32425000, 32427000, 32428000, 32430000, 32500000, 32551400, 32562300, 32580000, 32581100, 42000000, 48000000, 48100000, 48200000, 48210000, 48214000, 48218000, 48220000, 48221000, 48222000, 48223000, 48300000, 48400000, 48500000, 48600000, 48621000, 48700000, 48710000, 48732000, 48800000, 48821000, 48824000, 48900000, 50312300, 50312320, 50334110, 51300000, 51600000, 64200000, 64213000, 72212200, 72212210, 72315000, 72315100, 72317000, 72322000, 72700000, 72710000, 72720000
CPV Description: IT services: consulting, software development, Internet and support.

Office machinery, equipment and supplies except computers, printers and furniture.

Toner for laser printers/fax machines.

Computer equipment and supplies.

Data-processing machines (hardware).

Tablet computer.

Desktop computer.

Laser printers.

Magnetic disk storage units.

Direct-access storage devices (DASD).

Flash memory storage devices.

Storage media.

Data-processing equipment.

Network interfaces.

Network interfaces cards.

Mobile telephones.

Networks.

Local area network.

Token-ring network.

Communications network.

Telecommunications network.

Internet network.

Intranet network.

Integrated network.

Network routers.

Ethernet network.

Network equipment.

Network cabling.

Network infrastructure.

Network operating system.

Network system.

Network upgrade.

Wide area network.

Telecommunications equipment and supplies.

Telephone network.

Optical-fibre cables for data transmission.

Data equipment.

Data-transmission cable.

Industrial machinery.

Software package and information systems.

Industry specific software package.

Networking, Internet and intranet software package.

Networking software package.

Network operating system software package.

License management software package.

Internet and intranet software package.

Internet browsing software package.

Web server software package.

Electronic mail software package.

Document creation, drawing, imaging, scheduling and productivity software package.

Business transaction and personal business software package.

Communication and multimedia software package.

Database and operating software package.

Mainframe operating system software package.

Software package utilities.

Backup or recovery software package.

Data security software package.

Information systems and servers.

Network servers.

Printer servers.

Miscellaneous software package and computer systems.

Maintenance and repair of data network equipment.

Repair of data network equipment.

Telephone network maintenance services.

Installation services of communications equipment.

Installation services of computers and office equipment.

Telecommunications services.

Shared-business telephone network services.

Networking, Internet and intranet software development services.

Networking software development services.

Data network management and support services.

Data network support services.

Data storage services.

Data management services.

Computer network services.

Local area network services.

Wide area network services.

Pegasus — Infrastructure Services — Selection Questionnaire (SQ) — Competitive Process with Negotiation (CPN) — Stage 1

Reference Number : SS3/19/138

The Metropolitan Police Service (MPS), founded by Sir Robert Peel in 1829, is famed around the world and has a unique place in the history of policing. Today, accountable to the Mayor's Office for Policing and Crime(MOPAC), the MPS is responsible for policing an area of 620 square miles with a daily population of over 12 000 000.

The Metropolitan Police Service (MPS) contracts are currently being delivered as a multi supplier 'Towers Model'. The MPS is seeking an aggregated model, moving from 6 towers to a 2 tower model with the first 5 towers coming together plus some additional services to make up the infrastructure services tower at a high level consisting of the following services:

— service desk,

— service management (which includes integration of other Suppliers services across the ecosystem),

— hosting services (including datacentre services),

— network services,

— end user services,

— cyber security services and security operations center (SOC),

— mobile voice and data,

— managed print.

The MPS's procurement model is a 2 tower model that will comprise of an infrastructure provider, with embedded service management and integration services, and a separate applications tower. The authority will be looking to procure a 'run and maintain' contract with no pre-planned transformation built into the contract but with the opportunity to use the 2 towers to deliver change on the back of excellent delivery.

The estimated value range (including change) is between 250 000 000 GBP-600 000 000 GBP over 5 years with options to extend by 2 separate periods of one (1) year for 'Run and Maintain' services. Assets are predominantly owned by the MPS and there will be a refresh cycle over the contract term.

The authority has a strong preference for appointing a different supplier to each of the infrastructure and applications towers, to ensure independence between the 2 roles as the Infrastructure supplier will be managing the applications supplier to some extent.

The Metropolitan Police Service wishes to invite ICT suppliers to participate in this opportunity for the delivery of infrastructure services.

Suppliers wishing to express an interest in this tender opportunity, and obtain tender documentation, should go to:

https://bluelight.eu-supply.com/ and select new tender opportunities, and enter the following reference number in the search criteria 'contains:' 37912 - SS3/19/138 — Pegasus — infrastructure services then click on the tender opportunity title and select the 'Login and Register Interest' button, and enter their username and password.

If not already registered on the Bluelight. EU-Supply eTendering system, suppliers will need to do so by going to https://bluelight.eu-supply.com/ and clicking on the 'Register Company' link in the supplier menu, and filling in the company registration form. It is free to register on the system and there are no subscription charges or additional costs for using the system. Once the registration has been processed (which can take up to 48 hours), 2 separate emails containing the username and password will be sent to the email address registered with.

Suppliers will need to return to the tender opportunity on Bluelight.eu-Supply, to express their interest electronically.

URL: https://bluelight.eu-supply.com/Organisations wishing to be considered for appointment as a provider of these services must submit a completed SQ in compliance with the instructions and within the prescribed deadline.

The authority reserves the right to:

(i) withdraw from the procurement process; and/or

(ii) not to award any contract as a result of the competition called for by this notice; and/ or

(iii) to make whatever changes it may see fit to the structure, timing, dates and content of the competition. The authority shall not be liable for any costs or expenses incurred by any candidates in considering and/or responding to the procurement process. All discussions and meetings will be conducted in English. Tenders and supporting documents must be priced in pound sterling and all payments under the contract will be made in pound sterling.

The authority will identify the applicants with the top four (4) total scores, provided there are four (4) suitably qualified applicants. The authority intends to shortlist those four (4) applicants to the next stage of the tender process. The shortlist shall contain a minimum of 4 applicants who:

1) Meet all eligibility requirements in Part 1 of the SQ response form as set out in the evaluation methodology; and

2) Are awarded a pass for all aspects of the evaluation which are assessed on a pass/fail basis in accordance with the evaluation methodology; and

3) Achieve the four (4) highest scores.

In the event that the total SQ score of the fifth and sixth placed Applicant is within 5 % of the forth placed applicant, the authority reserves the right to invite the fifth and sixth placed applicants to the next stage of the tender process.


Internet address (URL): http://met.police.uk

Documents

 Tender Notice