Contract notice

Information

Published

Date of dispatch of this notice: 17/11/2019

Expire date: 13/01/2020

External Reference: 2019-597769

TED Reference: 2019/S 223-547495

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Metropolitan Police Service
n/a
Empress State Building, Lillie Road, Earls Court
Greater London
SW6 1TR
UK
Contact person: Navid Ghamsari
Telephone: +44 2071611550
Internet address(es):
Main address: http://met.police.uk

I.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=30957&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Pegasus - Infrastructure Services - Selection Questionnaire (SQ) - Competitive Process with Negotiation (CPN) - Stage 1
Reference number:  SS3/19/138
II.1.2)

Main CPV code

72000000  -  IT services: consulting, software development, Internet and support
II.1.3)

Type of contract

Services
II.1.4)

Short description

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 million.
The Pegasus Programme will deliver a service model that reflects the future needs of the MPS. It will enable agility and flexibility in our services, an improved user experience and greater value for money. The Pegasus Programme supports the MPS direction and strategy to seize the opportunities of data, digital and technology to be a world leader in policing.
The MPS is tendering for the provision of IT Infrastructure Services, please refer to section II.2.4 (Description of the procurement) for further detail.
This Contract Notice covers the Procurement of a single contract to deliver these services.
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

30100000  -  Office machinery, equipment and supplies except computers, printers and furniture
30125110  -  Toner for laser printers/fax machines
30200000  -  Computer equipment and supplies
30210000  -  Data-processing machines (hardware)
30213200  -  Tablet computer
30213300  -  Desktop computer
30232110  -  Laser printers
30233130  -  Magnetic disk storage units
30233140  -  Direct-access storage devices (DASD)
30233180  -  Flash memory storage devices
30234000  -  Storage media
30236200  -  Data-processing equipment
30237110  -  Network interfaces
30237135  -  Network interfaces cards
32250000  -  Mobile telephones
32400000  -  Networks
32410000  -  Local area network
32411000  -  Token-ring network
32412000  -  Communications network
32412100  -  Telecommunications network
32412110  -  Internet network
32412120  -  Intranet network
32413000  -  Integrated network
32413100  -  Network routers
32415000  -  Ethernet network
32420000  -  Network equipment
32421000  -  Network cabling
32424000  -  Network infrastructure
32425000  -  Network operating system
32427000  -  Network system
32428000  -  Network upgrade
32430000  -  Wide area network
32500000  -  Telecommunications equipment and supplies
32551400  -  Telephone network
32562300  -  Optical-fibre cables for data transmission
32580000  -  Data equipment
32581100  -  Data-transmission cable
42000000  -  Industrial machinery
48000000  -  Software package and information systems
48100000  -  Industry specific software package
48200000  -  Networking, Internet and intranet software package
48210000  -  Networking software package
48214000  -  Network operating system software package
48218000  -  License management software package
48220000  -  Internet and intranet software package
48221000  -  Internet browsing software package
48222000  -  Web server software package
48223000  -  Electronic mail software package
48300000  -  Document creation, drawing, imaging, scheduling and productivity software package
48400000  -  Business transaction and personal business software package
48500000  -  Communication and multimedia software package
48600000  -  Database and operating software package
48621000  -  Mainframe operating system software package
48700000  -  Software package utilities
48710000  -  Backup or recovery software package
48732000  -  Data security software package
48800000  -  Information systems and servers
48821000  -  Network servers
48824000  -  Printer servers
48900000  -  Miscellaneous software package and computer systems
50312300  -  Maintenance and repair of data network equipment
50312320  -  Repair of data network equipment
50334110  -  Telephone network maintenance services
51300000  -  Installation services of communications equipment
51600000  -  Installation services of computers and office equipment
64200000  -  Telecommunications services
64213000  -  Shared-business telephone network services
72212200  -  Networking, Internet and intranet software development services
72212210  -  Networking software development services
72315000  -  Data network management and support services
72315100  -  Data network support services
72317000  -  Data storage services
72322000  -  Data management services
72700000  -  Computer network services
72710000  -  Local area network services
72720000  -  Wide area network services
II.2.4)

Description of the procurement

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 six towers to a two tower model with the first five 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 & Security Operations Center (SOC)
• Mobile Voice & Data
• Managed Print
The MPS's procurement model is a two 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 two towers to deliver change on the back of excellent delivery.
The estimated value range (including change) is between £250m - £600m over 5 years with options to extend by two separate periods of one (1) year for ‘Run & 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 two 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.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: yes
Description of renewals:  
5 year initial term with options to extend by two separate periods of one (1) year.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Minimum level(s) of standards possibly required:  
The minimum level of economic and financial standing is £600M
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)

Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 129-316390
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  13/01/2020
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 01/04/2020
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 180  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

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), two 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 four 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.
VI.4)

Procedures for review

VI.4.1)

Review body

Metropolitan Police Service
Empress State Building, Empress Approach, Lillie Road, West Brompton
London
SW6 1TR
UK