Contract notice
Section I: Contracting
authority
I.1) Name and addresses
City of London Corporation
Po Box 270, Guildhall
London
EC2P 2EJ
UK
Telephone: +44 2076063030
E-mail: ronnie@metaprocurement.org
Fax: +44 2076063030
NUTS: UK
Internet address(es)
Main address: www.cityoflondon.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://cityoflondon.ukp.app.jaggaer.com/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://cityoflondon.ukp.app.jaggaer.com/
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://cityoflondon.ukp.app.jaggaer.com/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Future Network Programme
II.1.2) Main CPV code
72222300
II.1.3) Type of contract
Services
II.1.4) Short description
The City of London Corporation (COL) and the City of London Police (COLP) are seeking to appoint a Managed Service Provider (MSP) to design, implement, transition, and manage a modern, secure, and resilient network service across their combined estate. This includes delivering a future network solution encompassing SASE (Secure Access Service Edge), SD-WAN, LAN/Wi-Fi, Internet connectivity, and associated network security services, supporting approximately 120 Corporation sites, 100 additional CC-TV sites and 12 Police sites across varied environments – from mission-critical datacentres to ruggedised CCTV installations.
The future network will:
• Adopt a cloud-first, Wi-Fi-first approach with integrated security and flexibility for remote working.
• Support major programmes, including the delivery of network services to the new City of London Police HQ at Salisbury Square by early 2026.
• Ensure resilience and scalability to meet increasing demands across policing, CCTV, and the Corporation’s digital estate.
The MSP will be expected to:
• Lead full network design, build, transition, and ongoing managed service provision.
• Manage and coordinate specialist sub-suppliers for hardware, cabling, and ruggedised installations.
• Deliver carrier diversity and site-specific solutions, tailored from critical headquarters to remote CCTV poles.
• Provide ongoing network monitoring, performance assurance, and incident response.
This procurement aims to secure a strategic partner capable of delivering an end-to-end network transformation programme and sustained operational excellence.
II.1.5) Estimated total value
Value excluding VAT:
22 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
The City of London Corporation (COL) and the City of London Police (COLP) are seeking to appoint a Managed Service Provider (MSP) to design, implement, transition, and manage a modern, secure, and resilient network service across their combined estate. This includes delivering a future network solution encompassing SASE (Secure Access Service Edge), SD-WAN, LAN/Wi-Fi, Internet connectivity, and associated network security services, supporting approximately 120 Corporation sites, 100 additional CC-TV sites and 12 Police sites across varied environments – from mission-critical datacentres to ruggedised CCTV installations.
The future network will:
• Adopt a cloud-first, Wi-Fi-first approach with integrated security and flexibility for remote working.
• Support major programmes, including the delivery of network services to the new City of London Police HQ at Salisbury Square by early 2026.
• Ensure resilience and scalability to meet increasing demands across policing, CCTV, and the Corporation’s digital estate.
The MSP will be expected to:
• Lead full network design, build, transition, and ongoing managed service provision.
• Manage and coordinate specialist sub-suppliers for hardware, cabling, and ruggedised installations.
• Deliver carrier diversity and site-specific solutions, tailored from critical headquarters to remote CCTV poles.
• Provide ongoing network monitoring, performance assurance, and incident response.
This procurement aims to secure a strategic partner capable of delivering an end-to-end network transformation programme and sustained operational excellence.
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:
22 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
30/04/2025
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
20/02/2025
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
Duration in months: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
20/02/2025