Tender

Fleet Management Solution

METROPOLITAN POLICE SERVICE

This public procurement record has 1 release in its history.

Tender

17 Oct 2025 at 07:57

Summary of the contracting process

The Metropolitan Police Service (MPS) is inviting tenders for a new Fleet Management Solution aimed at enhancing their operational capacity across London. This initiative, focused on public safety and fleet efficiency, involves the procurement of a secure, scalable cloud-based Commercial Off-the-Shelf (COTS) Software as a Solution (SaaS) platform. The procurement follows a Competitive Flexible procedure, currently in the tender stage; potential suppliers are encouraged to submit expressions of interest by 11 November 2025. With a contract value of up to £12 million, this service falls under the industry categories of fleet management, IT services, and industry-specific software applications, planned for execution across the UK, particularly tailored for the MPS's unique needs.

This tender presents significant growth opportunities for businesses specialising in fleet management software, IT consulting, and vehicle maintenance systems, particularly those with innovative data analytics capabilities. Companies with a track record of implementing robust, scalable IT solutions and possessing a turnover exceeding £1 million are best suited for this opportunity. The potential for long-term contracts, with a seven-year term and options for extensions, could provide substantial business continuity for the selected supplier, fostering development in line with advancing public safety technologies and operational resilience strategies. The integration requirements for diverse internal and external services highlight the need for flexible, high-quality technical solutions that can adapt to evolving operational demands.

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

Fleet Management Solution

Notice Description

The Metropolitan Police Service's (MPS) fleet workshops currently maintain in excess of 5,500 vehicle assets. These vehicles are essential to support us in delivering our mission of More Trust, Less Crime and High standards. Fleet management software and systems are key to our effective operations and service delivery across London. MPS seeks to procure a fleet management solution capable of delivering the quality and efficiency of fleet services demanded of it, and to 'intelligently' use the data gathered to future-proof fleet operations, enhance public safety, and improve operational resilience across London. MPS is seeking to procure a scalable, secure, cloud-based Commercial Off-the-Shelf (COTS) Software as a Solution (SaaS) Fleet Transport Management Platform with integration to several internal and external services to the MPS. MPS anticipates that the Fleet Transport Management Platform should include: * fleet and asset administration * digital document management - RBAC and SSO controls * automated workflows and processes, task notifications and progression tracking * collection and delivery - real time tracking and notifications * push reporting, fleet status, to Central and Divisional units * Accident management - insurance recovery * hire & pool vehicle management * asset procurement and conversion/decommissioning management * service, maintenance and inspection scheduling * marine asset management * collision repair management - external and internal provider updates * workshop management - task activities, time and parts and cost control * stores management - parts inventory and supplier management * defect management - Warranty, failure with trend analysis capability * driving offence management - NIPs and PCNs * fuel management (including EV).

Lot Information

Lot 1

Options: - Extensions to term - standard variation provisions - ability to add additional services or scope through change control notices

Renewal: Seven (7) year initial term with 3 x 1 year possible extensions

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05ce74
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/066114-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

50 - Repair and maintenance services

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


CPV Codes

48100000 - Industry specific software package

50111000 - Fleet management, repair and maintenance services

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

Notice Value(s)

Tender Value
£10,000,000 £10M-£100M
Lots Value
£10,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Oct 20254 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
14 May 2026 - 14 May 2033 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
METROPOLITAN POLICE SERVICE
Contact Name
David Wild
Contact Email
commercialmailbox.-clm@met.police.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1A 2JL
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLI London

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

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-h6vhtk-05ce74-2025-10-17T08:57:48+01:00",
    "date": "2025-10-17T08:57:48+01:00",
    "ocid": "ocds-h6vhtk-05ce74",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PHDV-6374-MVWD",
            "name": "Metropolitan Police Service",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHDV-6374-MVWD"
            },
            "address": {
                "streetAddress": "New Scotland Yard, Victoria Embankment",
                "locality": "London",
                "postalCode": "SW1A 2JL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "name": "David Wild",
                "email": "CommercialMailbox.-CLM@met.police.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.met.police.uk/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHDV-6374-MVWD",
        "name": "Metropolitan Police Service"
    },
    "planning": {
        "noEngagementNoticeRationale": "MPS carried out Market Engagement through the auspices of techUK in June and July 2025. On 8 July MPS held a market engagement session for potential Bidders with the support of techUK to ensure the market had the opportunity to question the programme about the proposed procurement of a new Fleet Management System. The session set out the project's strategic aim: to future-proof fleet operations, enhance public safety, and improve operational resilience across London. More information and a recap of the session can be found on techUK's website. As the event was publicised through techUK, the MPS did not publish a specific Preliminary Market Engagement Notice for this Tender."
    },
    "tender": {
        "id": "2228",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Fleet Management Solution",
        "description": "The Metropolitan Police Service's (MPS) fleet workshops currently maintain in excess of 5,500 vehicle assets. These vehicles are essential to support us in delivering our mission of More Trust, Less Crime and High standards. Fleet management software and systems are key to our effective operations and service delivery across London. MPS seeks to procure a fleet management solution capable of delivering the quality and efficiency of fleet services demanded of it, and to 'intelligently' use the data gathered to future-proof fleet operations, enhance public safety, and improve operational resilience across London. MPS is seeking to procure a scalable, secure, cloud-based Commercial Off-the-Shelf (COTS) Software as a Solution (SaaS) Fleet Transport Management Platform with integration to several internal and external services to the MPS. MPS anticipates that the Fleet Transport Management Platform should include: * fleet and asset administration * digital document management - RBAC and SSO controls * automated workflows and processes, task notifications and progression tracking * collection and delivery - real time tracking and notifications * push reporting, fleet status, to Central and Divisional units * Accident management - insurance recovery * hire & pool vehicle management * asset procurement and conversion/decommissioning management * service, maintenance and inspection scheduling * marine asset management * collision repair management - external and internal provider updates * workshop management - task activities, time and parts and cost control * stores management - parts inventory and supplier management * defect management - Warranty, failure with trend analysis capability * driving offence management - NIPs and PCNs * fuel management (including EV).",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48100000",
                        "description": "Industry specific software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50111000",
                        "description": "Fleet management, repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 12000000,
            "amount": 10000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The Metropolitan Police Service (MPS) Fleet Transport Management Platform Procurement will follow the Competitive Flexible procedure as follows: Stage 1 - Invitation to Participate - bidders must complete the Procurement Specific Questionnaire and respond to the Conditions of Participation. Stage 2 - Invitation to Tender - Stage 2 commences when the Authority invites those Bidders which have successfully been shortlisted at Stage 1 to submit bids in response to the Invitation to Tender. The letter will also provide details of any new information made available to Bidders at this stage of the Procurement. Following the deadline for submission of bids, the Authority will assess submissions in accordance with the assessment and award criteria described in the ITT Document which will accompany Stage 2. The assessment process will identify which Bidders have submitted compliant bids and may be selected to participate in the negotiation/dialogue stage as set out in Stage 3. Stage 3 - Negotiation/Dialogue will commence when the Authority invites Bidders that have successfully passed Stage 2 to attend one or more dialogue and/or negotiation meetings. Please note that if the Authority identifies that no additional benefit can be achieved by instigating the Stage 3 - Negotiation/Dialogue, the Authority reserves the right to proceed to a Contract Award decision, which will conclude this procurement. The Authority will formally notify Bidders of any such decision. Stage 4 - Stage 4 will commence when the Authority invites Bidders to re-submit a revised tender. Final tenders must be submitted in accordance with the timetable and instructions"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "Potential suppliers wishing to participate in this tender opportunity should use the e-tendering platform, COUPA : https://supplier.coupahost.com/quotes/public_events?customer=metpolice (Please copy and paste the link into your internet browser). All tender documents are free to download. All responses and requests for clarification must be submitted via Coupa. The Coupa opportunity reference is 2228.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-11-11T23:59:00Z",
        "awardPeriod": {
            "endDate": "2026-05-01T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 12000000,
                    "amount": 10000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical / Quality",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value and Sustainability",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial / Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Bidders must provide: - confirmation that last reported annual revenue/turnover exceeded PS1 million, confirmed by a letter signed by the Chief Financial Officer (CFO) or equivalent role; - alternative evidence such as audited accounts information. - Where bidders are relying on another entity to meet the revenue threshold, they must set that out clearly and the relied-on entity must submit the same information. - Bidder's most recent audited accounts or, where not available, alternative equivalent information. Where Bidders are not required to have their accounts audited in accordance with Part 16 of the Companies Act 2006 (or an overseas equivalent), bidders may submit equivalent accounts or other supporting information. - confirmation that the Bidder's board (or equivalent governance if a private company) or company's auditors have not issued any profits warning or raised any going concern issues, including any statement concerning material uncertainty around the business's ability to continue to trade. The Authority reserves the right to exclude any supplier where material uncertainty of the financial capability of the supplier or a connected person may give rise to concerns over the company's ability to continue to trade. - Bidder's company Dun & Bradstreet D-U-N-S Number and a current D&B Company Credit Report. - Where Bidders intend to tender as part of a consortium or joint venture, relevant information for all parties should be submitted. - Bidders must confirm they have in place, or will have in place by the award of the contract, the human and technical resources to perform the contract to ensure compliance with the UK General Data Protection Regulation and to ensure the protection of the rights of data subjects."
                        },
                        {
                            "type": "technical",
                            "description": "- Bidders must provide Case Study examples based on up to three contracts to meet conditions of participation relating to technical ability set out in the procurement documents, in any combination from either the public or private sectors (which may include samples of grant-funded work). The examples must have been running for a minimum of 36 months post 'go-live' be from the past five years from the date of return of submission. Responses on the Case Study questions should be provided in a workbook included in the ITP Pack documentation. Bidders must provide a named contact (Referee) who should be able to provide written evidence to confirm the accuracy of the information provided."
                        },
                        {
                            "description": "This Competitive Flexible Procedure is being conducted in a maximum of four stages, (Stage 1 Invitation to Participate; Stage 2 Invitation to Tender; Stage 3 Negotiation/Dialogue; Stage 4 BAFO and Award). Stage 1 Invitation to Participate (ITP) will act as the initial gateway for potential suppliers to see this Tender Notice, decide if they wish to participate and submit the required Procurement Specific Questionnaire response document. The MPS will only take a maximum of the top five ranking bidders to Stage 2 (see ITP Instructions for Bidders and Procurement Overview document).",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-05-15T00:00:00+01:00",
                    "endDate": "2033-05-14T23:59:59+01:00",
                    "maxExtentDate": "2036-05-14T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Seven (7) year initial term with 3 x 1 year possible extensions"
                },
                "hasOptions": true,
                "options": {
                    "description": "- Extensions to term - standard variation provisions - ability to add additional services or scope through change control notices"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "Bidder wishing to participate in this tender opportunity and view all/any associated draft contract documents (available on the e-tendering platform, COUPA) should register their interest via the following link: https://supplier.coupahost.com/quotes/public_events?customer=metpolice (Please copy and paste the link into your internet browser). The Coupa opportunity reference is 2228.",
                "url": "https://supplier.coupahost.com/quotes/public_events?customer=metpolice"
            },
            {
                "id": "L-2",
                "documentType": "biddingDocuments",
                "description": "Bidders wishing to participate in this tender opportunity and view all/any associated tender documents (available on the e-tendering platform, COUPA) should register their interest via the following link: https://supplier.coupahost.com/quotes/public_events?customer=metpolice (Please copy and paste the link into your internet browser). The Coupa opportunity reference is 2228.",
                "url": "https://supplier.coupahost.com/quotes/public_events?customer=metpolice"
            },
            {
                "id": "L-3",
                "documentType": "technicalSpecifications",
                "url": "https://supplier.coupahost.com/quotes/public_events?customer=metpolice"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "The Authority reserves the right to update tender and contract documentation during the Procurement. All documentation will be available on Coupa https://supplier.coupahost.com/quotes/public_events?customer=metpolice"
            },
            {
                "id": "066114-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/066114-2025",
                "datePublished": "2025-10-17T08:57:48+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}