Section one: Contracting authority
one.1) Name and addresses
The Independent Office for Police Conduct
10 South Colonnade, Canary Wharf
London
E14 4PU
Contact
Dorothy Eke
dorothy.eke@policeconduct.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.policeconduct.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Managed WAN Services 2025 - New contract for existing Wide Area Network
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
A procurement reset, and the introduction of a new supplier would pose an unacceptable risk of service disruption, critical configuration conflicts, and a breakdown in operational continuity due to the need to reverse-engineer and replace a live, highly customised and deeply embedded technical solution.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Connectivity for each of our sites including 2 data centres, 6 regional sites and cloud connectivity providing the IOPC with the ability to use essential services securely ranging from internally hosted applications through to M365 and SAAS hosted services.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
1. Deep Integrated and Bespoke Solution:
Redcentric successfully designed, migrated and implemented IOPC’s comprehensive network and data centre solution. This includes managed site-to-site and client VPNs, resilient internet access, critical firewall configurations, and continuous monitoring. These services are fully integrated across the IOPC Farnborough and Corsham Crown Hosting data centres, supporting both production and disaster recovery environments. The solution is uniquely tailored to IOPC’s specific architecture and operational requirements.
2. Maintaining Operational Resilience and Continuity
Operational resilience is fundamental to IOPC’s services and is intrinsically embedded within the existing solution. Redcentric established automated failover between our data centres, configured secure MPLS connectivity, and implemented live replication services, all of which are actively supporting IOPC’s business-as-usual operations. Transitioning these highly complex and interconnected services to a new provider would necessitate dismantling and revalidating live configurations, significantly increasing the risk of widespread system outages or degraded service performance. Any switch would also risk the loss of critical configuration knowledge and jeopardise existing fail-safe mechanisms due to the intricate nature of the setup.
3. Incompatibility with Existing Infrastructure and Investment
The IOPC has made substantial investment in equipment and service integrations that are intrinsically linked to RedCentric systems and operational frameworks. introducing a new supplier at this stage would require reverse-engineering a live, bespoke solution. This would not only incur significant duplicative costs for infrastructure and re-implementation but also render parts of the existing estate incompatible or redundant. Such a change would undermine the value of the solution already delivered, severely disrupt essential business operations, and delay the realisation of long-term efficiencies envisaged in our original disaggregation strategy.
4. Unacceptable Risk of Service Disruption:
A procurement reset, and the introduction of a new supplier would pose an unacceptable risk of service disruption, critical configuration conflicts, and a breakdown in operational continuity due to the need to reverse-engineer and replace a live, highly customised and deeply embedded technical solution.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract
Contract No
NAT/2025/19
Lot No
N/A
Title
Managed WAN Services 2025 - New contract for existing Wide Area Network
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The Independent Office for Police Conduct
10 South Colonnade
Canary Wharf
E14 4PU
Country
United Kingdom