Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Metropolitan Police Service
New Scotland Yard
LONDON
SW1A2JL
UK
Contact person: Shaz Dawood - Commercial Manager
Telephone: +44 7388387335
E-mail: shariya.dawood@met.police.uk
NUTS: UKI32
Internet address(es)
Main address: http://met.police.uk/
Address of the buyer profile: https://supplier.coupahost.com/quotes/public_events?customer=metpolice
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://supplier.coupahost.com/quotes/public_events?customer=metpolice
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplier.coupahost.com/quotes/public_events?customer=metpolice
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
Met Business Services (MBS) Enterprise Resource Planning (ERP), Resource Management (RM), Business Process Outsourcing Services (BPO) and Systems Integration (SI)
Reference number: Reference number: Coupa New Event #1895, Coupa Old Event #1756
II.1.2) Main CPV code
79000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Authority currently outsources:
• Elements of HR, Finance and Commercial services (business process outsourcing), including the provision of the supporting ERP system (P-SOP (a Policing version of Oracle e-Business Suite)). The current contract expires in September 2027.
• Resource Management (RM), a duties management software solution with the current contract to expire December 2026.
The Authority intends to re-procure this suite of services and software solutions to support our frontline operations and underpin the delivery of an efficient and effective Shared Services function (both internal and through a BPO provider).
The Authority objective is to deliver truly user centric end to end solutions, whilst getting the best value for money for the organisation.
II.1.5) Estimated total value
Value excluding VAT:
370 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
48100000
48217000
48219300
48411000
48441000
48450000
48490000
72211000
72212450
72212451
72250000
72261000
72265000
72267000
72310000
72500000
72600000
72900000
79211110
79211120
79400000
79630000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The Authority is seeking to re-tender a number of services under the banner of 'Met Business Services' (MBS) primarily the existing Business Processing Outsourcing Services, ERP and Resource management requirements consisting of:
• The Authority is seeking a Master Vendor (Supplier) to provide the service described below, the Supplier will bear the full risk for all subcontractors, however, the Authority may require the ability to enforce the Supplier's contracts directly via third party rights in subcontracts;
• Business Process Outsourced (BPO) services (including but not limited to Finance, HR, Commercial) to replace and transform the current services, noting:
• Recruitment Process Service (RPO) will make up a significant portion of the overall BPO service;
• Payroll and Pension management is included within HR services;
• Systems Integration (SI) required for the implementation of the Oracle Fusion ERP, RM software solution, including the associated systems integrations;
• Business change services to support the delivery of new BPO and RM operating models;
• Professional services to support the Authority in managing and delivering the BPO and RM solutions (as required);
• Management via subcontract of the ERP (Oracle Fusion).
• Selection and management of the Resource Management (RM) solution via a subcontract for a solution encompassing modules such as, duties and time management, event planning, rostering, enhanced MI; and
• Management of all associated suppliers within this supply chain.
Software Solution Contracting
i. ERP
• The Authority intends to use Oracle Fusion as the ERP. Suppliers will be asked to provide a commercial submission for Oracle as a subcontractor.
• Note: The Authority is also investigating a compliantly procured agreement directly with Oracle for the Bill of Materials (BOM) pricing.
• The Authority reserves the right to compare pricing at a later stage, and choose the most economically advantageous option.
• The MV will manage Oracle regardless of the how the licenses are purchased.
ii. Resource Management (RM)
• Suppliers will be asked to provide a technical and commercial submission for a subcontracted RM solution. Please note the following considerations for this part of the requirement:
o The Supplier can select one RM solution to include in its tender;
o The RM solution suppliers can engage with multiple Suppliers;
o Because a single RM solution supplier may be included in multiple master vendor Suppliers' responses at SQ and Initial Tender stage, the Authority would advise against exclusivity arrangements between the RM solution suppliers and any Supplier prior to BAFO stage.
o Suppliers may change their RM solution supplier at any time up to BAFO stage with consent from the Authority, provided any replacement RM solution supplier passes the SQ selection process (including pass/fails and gated questions).
o The Authority will not permit inclusion at BAFO stage of any RM solution suppliers which do not / have not passed the SQ process (including pass/fails and pass/fail threshold questions)
o There will be minimum threshold questions in respect to the RM solution at SQ stage
o The Authority reserves the right to remove the RM solution supplier from its requirements at any time and may (at its sole discretion) conduct a separate procurement for the RM solution
o The Supplier will be required to manage any subsequent RM solution subject to commercial agreements/arrangements
• The Authority reserves the right to:
o Assess the BPO, ERP and RM elements of the Supplier's responses independently
Services are further described in the Descriptive Document published with this Contract Notice.
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:
370 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
03/10/2025
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
The estimated contract term is up to 10 years on the following basis:
• up to 2 years for design, build, transition, and implementation
• up to 5 years run (which will correspondingly decrease if the Transition/Implementation period is extended over 2 years)
• up to 2 years Authority option to extend (1+1)
• up to 1 year termination assistance
Following the SQ stage, the Authority will identify the Bidders with the top five to six total scores (and no fails), provided there are five to six suitably qualified Bidders. The Authority intends to shortlist those five or six (5 or 6) Bidders to the next stage of the tender process (Initial Tender).
The award criteria will be published in full in the relevant stage of the Invitation to Tender - and will be made clear in the tendering event.
£370,000,000 excluding inflation over 9-10 years, for the Authority based on pre-market engagement projections and an expected increase in automation by the market. However, value of up to £1,000,000,000 to potentially allow other associated organisations to access these services, through the Authority contract
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
List and brief description of conditions
In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, tenderers will be assessed in accordance with the Public Contract Regulations 2015, on the basis of information provided in response to the Selection Questionnaire.
Procurement documentation will be issued to Bidders via the Coupa Portal ([insert link]) following signature of a Non-Disclosure Agreement and/or Ethical Walls Agreement. Additionally, information required to respond to this SQ will be contained in Data Room 1, which will be stored on Box.
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
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Completion of the Government Financial Assessment Viability and Risk Tool is required.
Contract performance conditions may relate in particular to social and environmental considerations.
Procurement documentation will be issued to Bidders via the Coupa Portal. As required in the PIN notice for the event, this information is provided to bidders who have completed an NDA. Additionally, information required to respond to this SQ will be contained in Data Room 1, which will be stored on Box.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/02/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
31/10/2026
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Suppliers Instructions:
• Interested Suppliers should register their interest via Coupa and confirm the SINGLE contact email.
• Signature of a Non-Disclosure Agreement and/or Ethical Walls Agreement is required to enable access to Data Room 1.
• Bidders must provide e-mail details of their representatives in order for the Authority to grant those representatives access to Data Room 1.
The scope of the contract will be flexible to the requirements of the Authority over the life of the contract, and to functional and innovative developments in the sector during that period.
With that in mind, additional functionality may be purchased from the contracted supplier in line with the modification of contract provisions of the Public Contracts Regulations 2015.
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 Bidders with the top five (5) total scores, provided there are five (5) suitably qualified Bidders. The Authority intends to shortlist those five (5) Bidders to the next stage of the tender process. The shortlist shall (subject to the number of eligible SQ responses being at least 5) contain a minimum of 5 Bidders who:
• Complete the information requested in Part 1 (Applicant Information of Bidding Model)
• Pass, are not excluded, under any of the grounds in Part 2 (Mandatory and Discretionary Exclusion Grounds)
• Pass all aspects of the SQ evaluation which are assessed on a Pass / Fail basis, eligibility requirements in Part 3 (Selection Questions (threshold questions);
Note: for Parts 2 and 3 if the BIdder fails a pass/fail question the Authority may (at its sole discretion) disqualify you from this process and your tender will not proceed to the next stage;
• achieve the five highest scores in respect to Part 3 (Technical and Professional Ability) (subject to the below).
In the event:
• that the total SQ score of the sixth placed Bidder is within 10% of the fifth placed Bidder, the Authority reserves the right to invite the sixth placed Bidder to the next stage of the tender process. Should the total score between the fifth and sixth placed Bidder be more than 10% the sixth placed Bidder will not be invited to the next stage. Further detail on evaluation methodology is provided at Appendix 3 (SQ Evaluation Methodology).
• five or less Bidders meet the eligibility requirements and Pass the Pass/Fail and Threshold Questions (Eligible Submission) of this SQ, the Authority reserve the right to shortlist all of those five (or less, if less Eligible Submissions are received) without evaluating the evaluated questions of this SQ or to shortlist less than five Bidders.
VI.4) Procedures for review
VI.4.1) Review body
Metropolitan Police Service
New Scotland Yard
Victoria Embankment
SW1A2JL
UK
VI.5) Date of dispatch of this notice
15/01/2025