Tender

AMS PSQ

THE MAYOR'S OFFICE FOR POLICING AND CRIME

This public procurement record has 4 releases in its history.

TenderUpdate

15 Aug 2025 at 15:48

TenderUpdate

07 Aug 2025 at 08:44

TenderUpdate

07 Aug 2025 at 08:33

Tender

07 Aug 2025 at 08:25

Summary of the contracting process

The procurement process, undertaken by The Mayor's Office for Policing and Crime in London, focuses on securing services for Application Management and Support (AMS) for the Metropolitan Police Service. Tagged as a tender update last on 15th August 2025, the procurement is in the active stage with a tender submission deadline of 16th September 2025. This open, competitive procedure is broken down into stages including a Procurement Specific Questionnaire (PSQ), Invitation to Tender, Clarification and Negotiation, and a Best and Final Offer before the final contract award by 5th March 2026. The service procurement falls under the IT sector, related to software, networks, and telecommunications, with an estimated contract value of £350 million to £420 million GBP. The procurement is centred in the UKI region of London.

This tender offers significant opportunities for businesses specializing in IT services, including software development, system integration, network management, and cybersecurity. Companies adept in handling IT services and applications within critical, large-scale environments would find significant growth prospects by securing a role in this contract. The Metropolitan Police Service seeks partners capable of providing high standards in application management and additional services like managed cloud and digital workplace offerings, thus favouring businesses with a robust capacity in these areas. By effectively demonstrating their capabilities, businesses can not only gain a stable contractual partnership but also leverage the MPS's vast ecosystem for further innovations and technological advancements.

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

AMS PSQ

Notice Description

The contracting Authority ('Authority') in relation to this notice is the Mayor's Office for Policing and Crime (MOPAC), on behalf of the Metropolitan Police Service (MPS). The scope of services is organised into key service areas and described at high level below, these are split into the 'Core Services' and 'Optional Services'. It should be highlighted at this stage that all services listed could be delivered by the successful Supplier, but the volume and introduction date of the 'Optional Services' may be varied at the sole discretion of the Authority. The commencement of the 'Core Services' is due to start on the Service Commencement Date, which may be deferred at the discretion of the Authority. The Authority expects the split of services below to remain the same. Core Services * Tower Service Management (TSM) - Service Management functions that are delivered by the Supplier that are essential to the correct running of both ITIL service and the integration of other services within the MPS ecosystem * Application Management Services (AMS) - The effective support and maintenance of Applications within the MPS estate, to ensure a highly available and maintained estate with IT Service Continuity Management at the heart of the Service. * Applications Security - Aligned to industry best practice, integrated with the specific security functions and the Managed Security Service Provider (MSSP) to ensure that all services are delivered in a highly secure manner with data and users protected throughout all aspects of the service. Optional Services * Managed Cloud - The effective support and maintenance of deeper elements of the application and associated technology stack in order to give a greater level of end-to-end accountability for application service and performance * Digital Workplace - The effective support and maintenance of software and associated technology that manages End User Devices and allows end users to access the tools and platforms they need to work effectively regardless of location. * Agile - Agile Application development methodologies to augment the existing capability within MPS and to further enhance the capability in order to mature the service The purpose of this Preliminary Market Engagement Notice is to notify the market of the opportunity of the MPS AMS procurement and to provide information of how to participate in the engagement. The MPS is looking to contract with a Supplier to deliver support for circa 50 applications (although this figure may change during the procurement) of varying size, complexity and business criticality. Whilst the relative importance of the applications supported vary, they all play a vital role in enabling the Authority to fulfil its mission of delivering more trust, less crime and high standards. The MPS is looking for a partner who can deliver the core scope of the obligations to a high standard as these are crucial for the running of the service. The optional services may be brought into scope over the life of the contract at the discretion of the Authority and the supplier will be required to show their capability in this area. The successful supplier will also have the potential to deliver project and change work, based on delivery of the Core Services and at the behest of the Authority. The current MPS estate operates as a two-tower model compromising of an Infrastructure Tower and an Applications Tower with overarching process integration and cyber security services provided by the Infrastructure Tower. The Authority expects the AMS Supplier to work closely with the Infrastructure Supplier to facilitate their role as service integrator. The Authority operates a number of other strategic vertical applications which the supplier may need to interact with on an ad hoc basis. The Authority wants to ensure that there is adequate resilience built into its supplier ecosystem and that there are no conflicts between the AMS Service and the management of the overarching service provided by the Infrastructure Supplier. The Authority therefore reserves the right to include exclusivity of supply between the Infrastructure and AMS suppliers i.e. the same supplier cannot fulfil both contracts (as either the primary Bidder, consortia member or subcontractor). Where a Bidder submits a tender to become the AMS supplier, it shall be construed that it acknowledges and agrees to the restriction outlined above. The procurement will build upon and develop the current delivery model, leveraging modern technologies to provide a data led, silent and frictionless service. These enhanced services will be proactive, agile and flexible delivering an improved user experience, providing benefit to both operational and frontline policing whilst offering greater value for money.

Lot Information

Lot 1

Options: Provision of Digital Workplace Services Provision of Managed Cloud services Provision of DevOps services

Renewal: Option to extend for maximum of 24 months.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0582f9
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/049278-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

30 - Office and computing machinery, equipment and supplies except furniture and software packages

32 - Radio, television, communication, telecommunication and related equipment

48 - Software package and information systems

51 - Installation services (except software)

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


CPV Codes

30200000 - Computer equipment and supplies

32400000 - Networks

32500000 - Telecommunications equipment and supplies

48000000 - Software package and information systems

51300000 - Installation services of communications equipment

51600000 - Installation services of computers and office equipment

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

Notice Value(s)

Tender Value
£350,000,000 £100M-£1B
Lots Value
£350,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Aug 20256 months ago
Submission Deadline
16 Sep 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
5 Apr 2026 - 6 Oct 2031 Over 5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
THE MAYOR'S OFFICE FOR POLICING AND CRIME
Contact Name
Ben Harrison
Contact Email
benjamin.harrison@met.police.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SE1 2AA
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI44 Lewisham and Southwark
Delivery Location
TLI London

Local Authority
Southwark
Electoral Ward
London Bridge & West Bermondsey
Westminster Constituency
Bermondsey and Old Southwark

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-h6vhtk-0582f9-2025-08-15T16:48:23+01:00",
    "date": "2025-08-15T16:48:23+01:00",
    "ocid": "ocds-h6vhtk-0582f9",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PHDV-6374-MVWD",
            "name": "The Mayor's Office for Policing And Crime",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHDV-6374-MVWD"
            },
            "address": {
                "streetAddress": "2nd The Queen's Walk",
                "locality": "London",
                "postalCode": "SE12AA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI44"
            },
            "contactPoint": {
                "name": "Ben Harrison",
                "email": "benjamin.harrison@met.police.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://supplier.coupahost.com/quotes/public_events?customer=metpolice",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHDV-6374-MVWD",
        "name": "The Mayor's Office for Policing And Crime"
    },
    "tender": {
        "id": "2271",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "AMS PSQ",
        "description": "The contracting Authority ('Authority') in relation to this notice is the Mayor's Office for Policing and Crime (MOPAC), on behalf of the Metropolitan Police Service (MPS). The scope of services is organised into key service areas and described at high level below, these are split into the 'Core Services' and 'Optional Services'. It should be highlighted at this stage that all services listed could be delivered by the successful Supplier, but the volume and introduction date of the 'Optional Services' may be varied at the sole discretion of the Authority. The commencement of the 'Core Services' is due to start on the Service Commencement Date, which may be deferred at the discretion of the Authority. The Authority expects the split of services below to remain the same. Core Services * Tower Service Management (TSM) - Service Management functions that are delivered by the Supplier that are essential to the correct running of both ITIL service and the integration of other services within the MPS ecosystem * Application Management Services (AMS) - The effective support and maintenance of Applications within the MPS estate, to ensure a highly available and maintained estate with IT Service Continuity Management at the heart of the Service. * Applications Security - Aligned to industry best practice, integrated with the specific security functions and the Managed Security Service Provider (MSSP) to ensure that all services are delivered in a highly secure manner with data and users protected throughout all aspects of the service. Optional Services * Managed Cloud - The effective support and maintenance of deeper elements of the application and associated technology stack in order to give a greater level of end-to-end accountability for application service and performance * Digital Workplace - The effective support and maintenance of software and associated technology that manages End User Devices and allows end users to access the tools and platforms they need to work effectively regardless of location. * Agile - Agile Application development methodologies to augment the existing capability within MPS and to further enhance the capability in order to mature the service The purpose of this Preliminary Market Engagement Notice is to notify the market of the opportunity of the MPS AMS procurement and to provide information of how to participate in the engagement. The MPS is looking to contract with a Supplier to deliver support for circa 50 applications (although this figure may change during the procurement) of varying size, complexity and business criticality. Whilst the relative importance of the applications supported vary, they all play a vital role in enabling the Authority to fulfil its mission of delivering more trust, less crime and high standards. The MPS is looking for a partner who can deliver the core scope of the obligations to a high standard as these are crucial for the running of the service. The optional services may be brought into scope over the life of the contract at the discretion of the Authority and the supplier will be required to show their capability in this area. The successful supplier will also have the potential to deliver project and change work, based on delivery of the Core Services and at the behest of the Authority. The current MPS estate operates as a two-tower model compromising of an Infrastructure Tower and an Applications Tower with overarching process integration and cyber security services provided by the Infrastructure Tower. The Authority expects the AMS Supplier to work closely with the Infrastructure Supplier to facilitate their role as service integrator. The Authority operates a number of other strategic vertical applications which the supplier may need to interact with on an ad hoc basis. The Authority wants to ensure that there is adequate resilience built into its supplier ecosystem and that there are no conflicts between the AMS Service and the management of the overarching service provided by the Infrastructure Supplier. The Authority therefore reserves the right to include exclusivity of supply between the Infrastructure and AMS suppliers i.e. the same supplier cannot fulfil both contracts (as either the primary Bidder, consortia member or subcontractor). Where a Bidder submits a tender to become the AMS supplier, it shall be construed that it acknowledges and agrees to the restriction outlined above. The procurement will build upon and develop the current delivery model, leveraging modern technologies to provide a data led, silent and frictionless service. These enhanced services will be proactive, agile and flexible delivering an improved user experience, providing benefit to both operational and frontline policing whilst offering greater value for money.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32400000",
                        "description": "Networks"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32500000",
                        "description": "Telecommunications equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51300000",
                        "description": "Installation services of communications equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51600000",
                        "description": "Installation services of computers and office equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 420000000,
            "amount": 350000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Procurement Specific Questionnaire Down Select of vendors as per instructions in PSQ Invitation to Tender Stage Clarification and Negotiation Stage Best and Final Offer Stage Contract Award"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "https://metpolice.coupahost.com",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-09-16T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-09-03T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-03-05T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 420000000,
                    "amount": 350000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "At PSQ stage the award criteria will be 100% of quality submissions against technical criteria.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Capability Response"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-04-06T00:00:00+01:00",
                    "endDate": "2031-10-06T23:59:59+01:00",
                    "maxExtentDate": "2033-10-06T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for maximum of 24 months."
                },
                "hasOptions": true,
                "options": {
                    "description": "Provision of Digital Workplace Services Provision of Managed Cloud services Provision of DevOps services"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "A-4076",
                "documentType": "biddingDocuments",
                "description": "Competitive_Flexible_Tender_PSQ_-_AMS_Procurement_v1.0.docx -",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-4076",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "046732-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/046732-2025",
                "datePublished": "2025-08-07T09:25:19+01:00",
                "format": "text/html"
            },
            {
                "id": "046738-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/046738-2025",
                "datePublished": "2025-08-07T09:33:29+01:00",
                "format": "text/html"
            },
            {
                "id": "046744-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/046744-2025",
                "datePublished": "2025-08-07T09:44:19+01:00",
                "format": "text/html"
            },
            {
                "id": "049278-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/049278-2025",
                "datePublished": "2025-08-15T16:48:23+01:00",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "046738-2025",
                "description": "Amendment to submission time of PSQ response and change to contact name."
            },
            {
                "id": "046744-2025",
                "description": "Addition of one CPV code (51600000) missed from original notice."
            },
            {
                "id": "049278-2025",
                "description": "Extension by two weeks to the clarification and submission deadline to accommodate the holiday season."
            }
        ]
    },
    "language": "en"
}