Tender

Architecture and Business Analysts Managed Service

  • Metropolitan Police Service

F02: Contract notice

Notice identifier: 2023/S 000-034146

Procurement identifier (OCID): ocds-h6vhtk-03f785

Published 17 November 2023, 3:50pm



Section one: Contracting authority

one.1) Name and addresses

Metropolitan Police Service

New Scotland Yard,Victoria Embankment

LONDON

SW1A2JL

Contact

Annalise Kerwick-Constanti

Email

Annalise.Kerwick-Constanti@met.police.uk

Telephone

+44 7826901712

Country

United Kingdom

Region code

UKI32 - Westminster

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

http://www.met.police.uk/

Buyer's address

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

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

Architecture and Business Analysts Managed Service

Reference number

Event #1422

two.1.2) Main CPV code

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

two.1.3) Type of contract

Services

two.1.4) Short description

1. The MPS will run an open tender competition to provide IT Architecture Services to MPS Digital, Data and Technology, to include Business Analysts for a 3 + 2 year maximum value.

2. The MPS will set up a framework agreement with 5 lots (Enterprise Architecture, Information Systems Architecture, Infrastructure Architecture, Security Architecture and Business Analysis). Lots will be separate bids but a bidder may win one or more lots.

3. The Business Engagement and Technology function (BE&T) in DDaT is required to support a range of programmes with significant business value including, The New Met for London Plan, Command & Control and Met Integrated Policing System (Connect). Additionally, it is required to support the continued evolution and improvement of the MPS core infrastructure such as adoption of Office365 office automation and renewal of the Service Delivery supplier model.

4. As projects evolve, the BE&T team need a varied skill set depending on the phase, complexity, technologies and business or architectural domain. The team needs to be able to resource initiatives and projects quickly and to be clear about the contribution business analysts and architects will make.

5. The successful bidders in each lot will have a bench of appropriately vetted specialists to provide specific skills in business analysis or technology architecture. They will deliver analysis or architectural outcomes and artefacts, such as Requirements Workshops, Business Process documentation, Business Cases, data models or High Level Solution Architectures. This work will be according to a schedule drawn from a fixed priced catalogue, with variation for scale and complexity.

To apply for this please visit https://supplier.coupahost.com/quotes/public_events?customer=metpolice where event #1422 can be found.

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

Enterprise Architecture

Lot No

1

two.2.2) Additional CPV code(s)

  • 72212451 - Enterprise resource planning software development services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

LOT 1 - Enterprise Architecture

- The successful bidders in each lot will have a bench of appropriately vetted specialists to provide specific skills in business analysis or technology architecture. They will deliver analysis or architectural outcomes and artefacts, such as Requirements Workshops, Business Process documentation, Business Cases, data models or High Level Solution Architectures. This work will be according to a schedule drawn from a fixed priced catalogue, with variation for scale and complexity.

two.2.5) Award criteria

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

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.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

LOT 2 - Information Systems Architecture

Lot No

2

two.2.2) Additional CPV code(s)

  • 72222000 - Information systems or technology strategic review and planning services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The successful bidders in each lot will have a bench of appropriately vetted specialists to provide specific skills in business analysis or technology architecture. They will deliver analysis or architectural outcomes and artefacts, such as Requirements Workshops, Business Process documentation, Business Cases, data models or High Level Solution Architectures. This work will be according to a schedule drawn from a fixed priced catalogue, with variation for scale and complexity.

two.2.5) Award criteria

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

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.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Infrastructure Architecture

Lot No

3

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The successful bidders in each lot will have a bench of appropriately vetted specialists to provide specific skills in business analysis or technology architecture. They will deliver analysis or architectural outcomes and artefacts, such as Requirements Workshops, Business Process documentation, Business Cases, data models or High Level Solution Architectures. This work will be according to a schedule drawn from a fixed priced catalogue, with variation for scale and complexity.

two.2.5) Award criteria

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

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.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Security Architecture

Lot No

4

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The successful bidders in each lot will have a bench of appropriately vetted specialists to provide specific skills in business analysis or technology architecture. They will deliver analysis or architectural outcomes and artefacts, such as Requirements Workshops, Business Process documentation, Business Cases, data models or High Level Solution Architectures. This work will be according to a schedule drawn from a fixed priced catalogue, with variation for scale and complexity.

two.2.5) Award criteria

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

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.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Business Analysis

Lot No

5

two.2.2) Additional CPV code(s)

  • 72221000 - Business analysis consultancy services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The successful bidders in each lot will have a bench of appropriately vetted specialists to provide specific skills in business analysis or technology architecture. They will deliver analysis or architectural outcomes and artefacts, such as Requirements Workshops, Business Process documentation, Business Cases, data models or High Level Solution Architectures. This work will be according to a schedule drawn from a fixed priced catalogue, with variation for scale and complexity.

two.2.5) Award criteria

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

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.2.10) Information about variants

Variants will be accepted: No

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-025281

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

Date

17 December 2023

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

17 December 2023

Local time

4:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Metropolitan Police

London

Country

United Kingdom