Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/049278-2025
15th August 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/046744-2025
7th August 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/046738-2025
7th August 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/046732-2025
7th August 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/Attachment/A-4076
Competitive_Flexible_Tender_PSQ_-_AMS_Procurement_v1.0.docx -
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}