Tender

Next Generation Surge Change Delivery Framework for the provision of Change related Professional Services (COUPA EVENT #405)

  • Metropolitan Police Service

F02: Contract notice

Notice identifier: 2022/S 000-002792

Procurement identifier (OCID): ocds-h6vhtk-031182

Published 1 February 2022, 11:16am



Section one: Contracting authority

one.1) Name and addresses

Metropolitan Police Service

West End Central Police Station

LONDON

W1S2EX

Contact

Roger Cooper

Email

Roger.Cooper2@met.police.uk

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.met.police.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://supplier.coupahost.com/quotes/public_events?customer=metpolice

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplier.coupahost.com/quotes/public_events?customer=metpolice

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Next Generation Surge Change Delivery Framework for the provision of Change related Professional Services (COUPA EVENT #405)

Reference number

COUPA Event #405

two.1.2) Main CPV code

  • 79410000 - Business and management consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority is seeking to compete the Next Generation Surge Framework for the provision of services as laid out in the accompanying SOR and its appendices.

.

The Next Generation Surge Framework 2022 will establish a panel of suppliers from whom MPS will be able to procure service across the following 3 lots.

• Lot 1 Portfolio Office, Delivery and Implementation

• Lot 2 Change and User Focus

• Lot 3 Design, Continuous Improvement, Impact Assessment and Innovation

two.1.5) Estimated total value

Value excluding VAT: £21,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Portfolio Office, Delivery and Implementation related Professional Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Within this Lot, we will seek to: (a) draw in support and new specialist project delivery and agile services to complement our current capability and (b) to service a surge in activity over and above our operational design.

Our requirements range from bringing in individuals to help us deliver distinct pieces of work to bringing in a complete service, such as portfolio user needs analysis and agile delivery teams on an ongoing basis.

We are seeking flexible suppliers who will be able to service these differentiated requirements, drawing on the services and outputs briefly described below.

We are particularly interested in suppliers who will help us with our ambition to instill proportionate oversight and support to enterprise wide change, proportionate to the size and complexity of our projects, to help us to develop an increasingly agile approach to delivery, and who can improve our change capacity.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,300,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Maximum number: 5

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Change and user focus

Lot No

2

two.2.2) Additional CPV code(s)

  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Within this Lot, we will seek to: (a) draw in support and change and user focus skills to complement our current capability and (b) to service a surge in activity over and above our operational design.

Our requirements range from bringing in distinct roles to larger packages of work. There is an expectation for any resources brought in to ensure knowledge is transferred to the rest of the team, along with robust lessons learned processes. We are looking for flexible suppliers who will be able to service these requirements and provide the types of expertise outlined below, ensuring "user first" and "accessibility first" principles

Within this Lot, we will seek to: (a) draw in support and change and user focus skills to complement our current capability and (b) to service a surge in activity over and above our operational design.

Our requirements range from bringing in distinct roles to larger packages of work. There is an expectation for any resources brought in to ensure knowledge is transferred to the rest of the team, along with robust lessons learned processes. We are looking for flexible suppliers who will be able to service these requirements and provide the types of expertise outlined below, ensuring "user first" and "accessibility first" principles

Business change

Communications and engagement:

Training and capability building:

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £4,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Maximum number: 5

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Design, continuous improvement, analysis, impact assessment and innovation

Lot No

3

two.2.2) Additional CPV code(s)

  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Within this Lot, we will seek to:

(a) draw in business design and analysis support to complement our current capability

(b) service a surge in activity over and above our operational design

(c) draw on specialist innovation and futures development support

(d) support business improvement

(e) support internal improvement

(f) support business change

Our requirements range from bringing in individuals to help us deliver distinct pieces of work to more extensive design & implementation services. We are seeking flexible suppliers who will provide support to design the organisation of the future, bringing innovation into the fold and making the MPS flexible and ready to meet the uncertain demands of policing London as a capital city.

This is truly an exciting area in which to work, and we will seek to draw on professionals to provide the following capabilities:

Business analysis and design

Data modelling and continuous improvement

Innovation and futures development support

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £6,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Maximum number: 5

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

14 March 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

28 March 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

MPS/On Behalf of Mayor's Office for Policing and Crime

London

Country

United Kingdom