Services - 514750-2020

28/10/2020    S210

United Kingdom-Greater London: IT services: consulting, software development, Internet and support

2020/S 210-514750

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Metropolitan Police Service
National registration number: n/a
Postal address: Empress State Building, Lillie Road, Earls Court
Town: Greater London
NUTS code: UKI LONDON
Postal code: SW6 1TR
Country: United Kingdom
Contact person: Simon Bartlett
E-mail: Simon.Bartlett@met.police.uk
Telephone: +44 2071611550
Internet address(es):
Main address: http://met.police.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/40396
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=35020&B=BLUELIGHT
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=35020&B=BLUELIGHT
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Public order and safety

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

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

Reference number: SS3/20/154
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 12 000 000.

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 applications services. This procurement covers the procurement of a single contract to deliver these services

II.1.5)Estimated total value
Value excluding VAT: 350 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
30200000 Computer equipment and supplies
32400000 Networks
32500000 Telecommunications equipment and supplies
48000000 Software package and information systems
48610000 Database systems
48612000 Database-management system
48613000 Electronic data management (EDM)
48614000 Data-acquisition system
48620000 Operating systems
48625000 Open systems operating systems
48628000 Micro-channel architecture
48700000 Software package utilities
48800000 Information systems and servers
48900000 Miscellaneous software package and computer systems
51300000 Installation services of communications equipment
51600000 Installation services of computers and office equipment
72200000 Software programming and consultancy services
72210000 Programming services of packaged software products
72211000 Programming services of systems and user software
72212000 Programming services of application software
72212200 Networking, Internet and intranet software development services
72212210 Networking software development services
72212218 License management software development services
72212326 Mapping software development services
72212517 IT software development services
72222000 Information systems or technology strategic review and planning services
72260000 Software-related services
72261000 Software support services
72262000 Software development services
72263000 Software implementation services
72265000 Software configuration services
72266000 Software consultancy services
72267000 Software maintenance and repair services
72267100 Maintenance of information technology software
72267200 Repair of information technology software
72268000 Software supply services
72315000 Data network management and support services
72315100 Data network support services
72317000 Data storage services
II.2.3)Place of performance
NUTS code: UKI LONDON
II.2.4)Description of the procurement:

The Metropolitan Police Service (MPS) IT contracts are currently being delivered as a multi supplier ‘Towers Model’. The new MPS model is a two-tower model that will comprise of an infrastructure provider (procured separately) with embedded service management and integration services, and a separate applications tower. The infrastructure tower procurement consists of five of the current tower services and is nearing completion. The applications tower is the subject of this procurement and at a high level consists of the ‘mandatory services’ and the ‘optional services’ as set out below. It should be noted at this stage that all services within the scope of services will be delivered by the supplier, but the volume and introduction date of the optional services may be varied at the sole discretion of the MPS — as such at the service commencement date the volume of the optional services may be zero.

Mandatory services:

• tower service management: service management functions delivered within the tower that are essential to the correct running of both ITIL service and the integration of other services within the MPS ecosystem;

• AMS services: the effective support of applications within the MPS estate, to ensure a highly available maintained estate with IT service continuity management at the heart of the service;

• security services: aligned to industry best practice, integrated with the specific security functions to ensure that all service are delivered in a high secure manner with data and users protected throughout all aspects of the service.

Optional services:

• hosting services — the ability of the application provider to manage deeper elements of the application stack when applications are hosted on IaaS and PaaS infrastructure in order to give a greater level of end to end accountability;

• end user services — management and delivery of end user services currently being sourced through the Pegasus Infrastructure tower;

• DevOps services — the introduction of Agile Application developments methodologies to augment the existing capability within MPS and to further enhance the capability in order to mature the service.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 350 000 000.00 GBP
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
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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: 30/11/2020
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 29/01/2021
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: 18 (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:’ — SS3/20/154 — Pegasus — applications 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 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 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 six (6) total scores, provided there are six (6) suitably qualified applicants. The authority intends to shortlist those six (6) applicants to the next stage of the tender process. The shortlist shall contain up to six (6) 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 six (6) highest scores.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Metropolitan Police Service
Postal address: Empress State Building, Empress Approach, Lillie Road, West Brompton
Town: London
Postal code: SW6 1TR
Country: United Kingdom
VI.5)Date of dispatch of this notice:
23/10/2020