Award

Managed WAN Services 2025 - New contract for existing Wide Area Network

HOME OFFICE

This public procurement record has 1 release in its history.

Award

05 Aug 2025 at 10:10

Summary of the contracting process

The Home Office has awarded a contract for "Managed WAN Services 2025," focusing on IT services within the category of consulting, software development, Internet and support. The contract involves the provision and management of Wide Area Network services, specifically tailored to support the operational architecture of the Independent Office for Police Conduct (IOPC) across several regions including the West Midlands, London, South East, South West, and Wales. Having moved into the award stage, the contract value amounts to £2,317,226, and the service period is set from 1st September 2025 to 31st August 2028. This contract follows a selective procurement method, executed via a call-off from a framework agreement, ensuring continuity and operational resilience with Redcentric Solutions Limited as the appointed supplier.

This tender presents business growth opportunities primarily for large-scale enterprises offering bespoke network integration and management solutions, capable of maintaining complex service infrastructures. While the procurement is less suited for SMEs or VCSEs due to the intricacies involved and the substantial infrastructure requirements, companies able to provide deep integration and manage robust system architectures could find similar opportunities appealing. Such engagements could enhance portfolios in terms of capabilities in transitioning and sustaining high-level IT services, thereby fostering broader market competencies and credibility in delivering tailored, high-performance solutions.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Managed WAN Services 2025 - New contract for existing Wide Area Network

Notice Description

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.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-548304b1-f940-4fd9-bf67-80e864a17148
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/60e2351e-76d1-45fd-879f-201d95a76946
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Call-off from a framework agreement
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

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

Notice Value(s)

Tender Value
£2,317,226 £1M-£10M
Lots Value
Not specified
Awards Value
£2,317,226 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
5 Aug 20256 months ago
Submission Deadline
16 Jun 2025Expired
Future Notice Date
Not specified
Award Date
15 Jun 20258 months ago
Contract Period
31 Aug 2025 - 31 Aug 2028 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
HOME OFFICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
E14 4PU
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI42 Tower Hamlets
Delivery Location
TLG West Midlands (England), TLI London, TLJ South East (England), TLK South West (England), TLL Wales

Local Authority
Tower Hamlets
Electoral Ward
Canary Wharf
Westminster Constituency
Poplar and Limehouse

Supplier Information

Number of Suppliers
1
Supplier Name

REDCENTRIC SOLUTIONS

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-548304b1-f940-4fd9-bf67-80e864a17148-2025-08-05T11:10:39+01:00",
    "date": "2025-08-05T11:10:39+01:00",
    "ocid": "ocds-b5fd17-548304b1-f940-4fd9-bf67-80e864a17148",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_500651/1505197",
        "title": "Managed WAN Services 2025 - New contract for existing Wide Area Network",
        "description": "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.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Wales",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 2317226,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a framework agreement",
        "tenderPeriod": {
            "endDate": "2025-06-16T17:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2025-09-01T00:00:00+01:00",
            "endDate": "2028-08-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-322779",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office"
            },
            "address": {
                "streetAddress": "10 South Colonnade, Canary Wharf",
                "locality": "London",
                "postalCode": "E14 4PU",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "procurement@policeconduct.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-COH-1765804264",
            "name": "Redcentric Solutions Limited",
            "identifier": {
                "legalName": "Redcentric Solutions Limited",
                "scheme": "GB-COH",
                "id": "1765804264"
            },
            "address": {
                "streetAddress": "Central House, Beckwith Knowle, Harrogate HG3 1UG"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-322779",
        "name": "Home Office"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-548304b1-f940-4fd9-bf67-80e864a17148-1",
            "status": "active",
            "date": "2025-06-16T00:00:00+01:00",
            "datePublished": "2025-08-05T11:10:39+01:00",
            "value": {
                "amount": 2317226,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-COH-1765804264",
                    "name": "Redcentric Solutions Limited"
                }
            ],
            "contractPeriod": {
                "startDate": "2025-09-01T00:00:00+01:00",
                "endDate": "2028-08-31T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/60e2351e-76d1-45fd-879f-201d95a76946",
                    "datePublished": "2025-08-05T11:10:39+01:00",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}