Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Digital Forensics Managed Service Provision.

  • First published: 27 June 2017
  • Last modified: 27 June 2017

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Metropolitan Police
Authority ID:
AA21854
Publication date:
27 June 2017
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Mayor's Office for Policing and Crime (MOPAC), as the Contracting Authority, tendered for the supply of a Digital Forensics Managed Service Provision on behalf of the Metropolitan Police Service (MPS) and other beneficiaries listed within the contract Notice (2015/S 158-290911).

The Metropolitan Police Service (MPS) is the largest police force in the UK. In the current challenging economic climate the organisation has achieved significant progress and change; delivering cost reductions and improved value for money, whilst continuing to provide an exemplary service to Londoners' and visitors to London. The key objectives of the MPS are to cut crime and increase public confidence whilst reducing our costs. We are therefore looking for more innovative ways to help meet these targets and key to this is the way we engage with our suppliers.

The Contracting Authority required the provision of a Managed Service (end to end services) to include the following main core services;

Level 1 and Level 2: Frontline Self Service and Hubs — The provision of systems, software and the associated management, maintenance and repair, to enable the forensic examination of digital equipment to be carried out at the point of need (i.e. at a police station).

Level 3: Technical Services — These services are split into 3 main component parts:

— The provision of case work development to solve operational challenges to the retrieval of intelligence or evidence.

— The provision of research and development services and/or consultancy services.

— The provision of lab-based forensic analysis of digital devices (forensic analysis for complex cases) where required by the Contracting Authority.

The Contract includes the full management and provision of support services (logistics, management, maintenance, repair, advice and support for the services) to ensure the successful delivery of the core services

The Contracting Authority reserved the right at any time to cease the tendering process and not to award a contract.

This procurement was conducted as a Competitive Procedure with Negotiation. The Contracting Authority reserved the right to;

i) award a contract on the basis of initial tenders without negotiation,

ii) conduct the negotiations in successive stages in order to reduce the number of tenders to be negotiated by applying the award criteria set out in the invitation to participate in negotiation.

The Contracting Authority at its absolute discretion may wish to extend the contract for a further period or periods up to an aggregate of 36 months.

The opportunity was advertised at www.bluelight.gov.uk within the Due North area under reference 9ZBK-7XA2O3.

Full notice text

CONTRACT AWARD NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Metropolitan Police

Floor 11, Empress State Building, Lillie Road

Earls Court

SW6 1TR

UK

Ms Emma Rice

+44 2071610476

emma.rice@met.police.uk

+44 2071611403

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


I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Yes

Metropolitan Police Service and contracting authorities as named in II.2.1

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Digital Forensics Managed Service Provision.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

23
Yes

II.1.2)

Main site or location of works, place of delivery or performance

UK.


UK

II.1.3)

This notice involves a framework agreement

Unchecked box
Unchecked box

II.1.4)

Short description of the contract or purchase(s)

The Mayor's Office for Policing and Crime (MOPAC), as the Contracting Authority, tendered for the supply of a Digital Forensics Managed Service Provision on behalf of the Metropolitan Police Service (MPS) and other beneficiaries listed within the contract Notice (2015/S 158-290911).

The Metropolitan Police Service (MPS) is the largest police force in the UK. In the current challenging economic climate the organisation has achieved significant progress and change; delivering cost reductions and improved value for money, whilst continuing to provide an exemplary service to Londoners' and visitors to London. The key objectives of the MPS are to cut crime and increase public confidence whilst reducing our costs. We are therefore looking for more innovative ways to help meet these targets and key to this is the way we engage with our suppliers.

The Contracting Authority required the provision of a Managed Service (end to end services) to include the following main core services;

Level 1 and Level 2: Frontline Self Service and Hubs — The provision of systems, software and the associated management, maintenance and repair, to enable the forensic examination of digital equipment to be carried out at the point of need (i.e. at a police station).

Level 3: Technical Services — These services are split into 3 main component parts:

— The provision of case work development to solve operational challenges to the retrieval of intelligence or evidence.

— The provision of research and development services and/or consultancy services.

— The provision of lab-based forensic analysis of digital devices (forensic analysis for complex cases) where required by the Contracting Authority.

The Contract includes the full management and provision of support services (logistics, management, maintenance, repair, advice and support for the services) to ensure the successful delivery of the core services

The Contracting Authority reserved the right at any time to cease the tendering process and not to award a contract.

This procurement was conducted as a Competitive Procedure with Negotiation. The Contracting Authority reserved the right to;

i) award a contract on the basis of initial tenders without negotiation,

ii) conduct the negotiations in successive stages in order to reduce the number of tenders to be negotiated by applying the award criteria set out in the invitation to participate in negotiation.

The Contracting Authority at its absolute discretion may wish to extend the contract for a further period or periods up to an aggregate of 36 months.

The opportunity was advertised at www.bluelight.gov.uk within the Due North area under reference 9ZBK-7XA2O3.

II.1.5)

Common Procurement Vocabulary (CPV)

79720000
35000000
48000000
72000000
73000000
30000000
75240000

II.1.6)

Contract covered by the government procurement agreement (GPA)

No

II.2)

Total final value of the contract(s)

II.2.1)

Total final value of the contract(s)

 230 000 000   GBP     

Section IV: Procedure

IV.1)

Type of procedure

IV.1.1)

Type of procedure

IV.2)

Award criteria

IV.2.1)

Award criteria

Unchecked box
Checked box
Quality (Technical and Commercial) 60
Pricing Information 40

IV.2.2)

An electronic auction has been used

No

IV.3)

Administrative information

IV.3.1)

File reference number attributed by the contracting authority

SS315104

IV.3.2)

Previous publication(s) concerning the same contract


2014/S 45-075480 5-3-2014


2015/S 158-290911 18-08-2015

Other previous publications

Section V: Award of contract

SS315104

V.1)

Date of contract award:

 3-5-2017

V.2)

Numbers of offers received:

2

V.3)

Name and address of economic operator to whom the contract has been awarded


Mass Consultants Limited

Enterprise House, Great North Road, Little Paxton, Cambridgeshire

St Neots

PE19 6BN

UK




V.4)

Information on value of contract

 230 000 000 GBP 



0

V.5)

The contract is likely to be subcontracted

Yes

Short description of the value/proportion of the contract to be subcontracted

Section VI: Complementary Information

VI.1)

Contract related to a project and/or programme financed by community funds?

No



VI.2)

Additional Information

VI.3)

Procedures for appeal

VI.3.1)

Body responsible for appeal procedures


High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

UK




Body responsible for mediation procedures


The Mayor's Office for Policing and Crime

Metropolitan Police Service, Procurement Services, Empress State Building, Earls Court, Lillie Road

London

SW6 1TR

UK

procurement@met.police.uk

+44 207160476


VI.3.2)

Lodging of appeals

Proceedings must be brought within 30 days of the date on which the economic operator knew or ought to have known of the breach of duty owed to it by the contracting authority unless the court considers there is good reason for extending the period within which proceedings can be brought.

VI.3.3)

Service from which information about the lodging of appeals may be obtained


High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

UK




VI.4)

Dispatch date of this Notice

 23-06-2017

Coding

Commodity categories

ID Title Parent category
79720000 Investigation services Investigation and security services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
30000000 Office and computing machinery, equipment and supplies except furniture and software packages Computer and Related Services
75240000 Public security, law and order services Provision of services to the community
73000000 Research and development services and related consultancy services Research and Development
35000000 Security, fire-fighting, police and defence equipment Defence and security
48000000 Software package and information systems Computer and Related Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
emma.rice@met.police.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.