Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Met Business Services (MBS) Enterprise Resource Planning (ERP), Resource Management (RM), Business Process Outsourcing Services (BPO) and Systems Integration (SI)

  • Cyhoeddwyd gyntaf: 26 Chwefror 2025
  • Wedi'i addasu ddiwethaf: 26 Chwefror 2025
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-04d068
Cyhoeddwyd gan:
Metropolitan Police Service
ID Awudurdod:
AA72642
Dyddiad cyhoeddi:
26 Chwefror 2025
Dyddiad Cau:
17 Chwefror 2025
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Authority currently outsources:

• Elements of HR, Finance and Commercial services (business process outsourcing), including the provision of the supporting ERP system (P-SOP (a Policing version of Oracle e-Business Suite)). The current contract expires in September 2027.

• Resource Management (RM), a duties management software solution with the current contract to expire December 2026.

The Authority intends to re-procure this suite of services and software solutions to support our frontline operations and underpin the delivery of an efficient and effective Shared Services function (both internal and through a BPO provider).

The Authority objective is to deliver truly user centric end to end solutions, whilst getting the best value for money for the organisation.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Metropolitan Police Service

New Scotland Yard

LONDON

SW1A2JL

UK

Person cyswllt: Shaz Dawood - Commercial Manager

Ffôn: +44 7388387335

E-bost: shariya.dawood@met.police.uk

NUTS: UKI32

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://met.police.uk/

Cyfeiriad proffil y prynwr: https://supplier.coupahost.com/quotes/public_events?customer=metpolice

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae mynediad at y dogfennau caffael yn gyfyngedig. Gellir cael rhagor o wybodaeth yn:

https://supplier.coupahost.com/quotes/public_events?customer=metpolice


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://supplier.coupahost.com/quotes/public_events?customer=metpolice


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Trefn a diogelwch cyhoeddus

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Met Business Services (MBS) Enterprise Resource Planning (ERP), Resource Management (RM), Business Process Outsourcing Services (BPO) and Systems Integration (SI)

Cyfeirnod: Reference number: Coupa New Event #1895, Coupa Old Event #1756

II.1.2) Prif god CPV

79000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The Authority currently outsources:

• Elements of HR, Finance and Commercial services (business process outsourcing), including the provision of the supporting ERP system (P-SOP (a Policing version of Oracle e-Business Suite)). The current contract expires in September 2027.

• Resource Management (RM), a duties management software solution with the current contract to expire December 2026.

The Authority intends to re-procure this suite of services and software solutions to support our frontline operations and underpin the delivery of an efficient and effective Shared Services function (both internal and through a BPO provider).

The Authority objective is to deliver truly user centric end to end solutions, whilst getting the best value for money for the organisation.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 370 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

48100000

48217000

48219300

48411000

48441000

48450000

48490000

72211000

72212450

72212451

72250000

72261000

72265000

72267000

72310000

72500000

72600000

72900000

79211110

79211120

79400000

79630000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

The Authority is seeking to re-tender a number of services under the banner of 'Met Business Services' (MBS) primarily the existing Business Processing Outsourcing Services, ERP and Resource management requirements consisting of:

• The Authority is seeking a Master Vendor (Supplier) to provide the service described below, the Supplier will bear the full risk for all subcontractors, however, the Authority may require the ability to enforce the Supplier's contracts directly via third party rights in subcontracts;

• Business Process Outsourced (BPO) services (including but not limited to Finance, HR, Commercial) to replace and transform the current services, noting:

• Recruitment Process Service (RPO) will make up a significant portion of the overall BPO service;

• Payroll and Pension management is included within HR services;

• Systems Integration (SI) required for the implementation of the Oracle Fusion ERP, RM software solution, including the associated systems integrations;

• Business change services to support the delivery of new BPO and RM operating models;

• Professional services to support the Authority in managing and delivering the BPO and RM solutions (as required);

• Management via subcontract of the ERP (Oracle Fusion).

• Selection and management of the Resource Management (RM) solution via a subcontract for a solution encompassing modules such as, duties and time management, event planning, rostering, enhanced MI; and

• Management of all associated suppliers within this supply chain.

Software Solution Contracting

i. ERP

• The Authority intends to use Oracle Fusion as the ERP. Suppliers will be asked to provide a commercial submission for Oracle as a subcontractor.

• Note: The Authority is also investigating a compliantly procured agreement directly with Oracle for the Bill of Materials (BOM) pricing.

• The Authority reserves the right to compare pricing at a later stage, and choose the most economically advantageous option.

• The MV will manage Oracle regardless of the how the licenses are purchased.

ii. Resource Management (RM)

• Suppliers will be asked to provide a technical and commercial submission for a subcontracted RM solution. Please note the following considerations for this part of the requirement:

o The Supplier can select one RM solution to include in its tender;

o The RM solution suppliers can engage with multiple Suppliers;

o Because a single RM solution supplier may be included in multiple master vendor Suppliers' responses at SQ and Initial Tender stage, the Authority would advise against exclusivity arrangements between the RM solution suppliers and any Supplier prior to BAFO stage.

o Suppliers may change their RM solution supplier at any time up to BAFO stage with consent from the Authority, provided any replacement RM solution supplier passes the SQ selection process (including pass/fails and gated questions).

o The Authority will not permit inclusion at BAFO stage of any RM solution suppliers which do not / have not passed the SQ process (including pass/fails and pass/fail threshold questions)

o There will be minimum threshold questions in respect to the RM solution at SQ stage

o The Authority reserves the right to remove the RM solution supplier from its requirements at any time and may (at its sole discretion) conduct a separate procurement for the RM solution

o The Supplier will be required to manage any subsequent RM solution subject to commercial agreements/arrangements

• The Authority reserves the right to:

o Assess the BPO, ERP and RM elements of the Supplier's responses independently

Services are further described in the Descriptive Document published with this Contract Notice.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 370 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 03/10/2025

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

The estimated contract term is up to 10 years on the following basis:

• up to 2 years for design, build, transition, and implementation

• up to 5 years run (which will correspondingly decrease if the Transition/Implementation period is extended over 2 years)

• up to 2 years Authority option to extend (1+1)

• up to 1 year termination assistance

Following the SQ stage, the Authority will identify the Bidders with the top five to six total scores (and no fails), provided there are five to six suitably qualified Bidders. The Authority intends to shortlist those five or six (5 or 6) Bidders to the next stage of the tender process (Initial Tender).

The award criteria will be published in full in the relevant stage of the Invitation to Tender - and will be made clear in the tendering event.

£370,000,000 excluding inflation over 9-10 years, for the Authority based on pre-market engagement projections and an expected increase in automation by the market. However, value of up to £1,000,000,000 to potentially allow other associated organisations to access these services, through the Authority contract

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

List and brief description of conditions

In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, tenderers will be assessed in accordance with the Public Contract Regulations 2015, on the basis of information provided in response to the Selection Questionnaire.

Procurement documentation will be issued to Bidders via the Coupa Portal ([insert link]) following signature of a Non-Disclosure Agreement and/or Ethical Walls Agreement. Additionally, information required to respond to this SQ will be contained in Data Room 1, which will be stored on Box.

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

Completion of the Government Financial Assessment Viability and Risk Tool is required.

Contract performance conditions may relate in particular to social and environmental considerations.

Procurement documentation will be issued to Bidders via the Coupa Portal. As required in the PIN notice for the event, this information is provided to bidders who have completed an NDA. Additionally, information required to respond to this SQ will be contained in Data Room 1, which will be stored on Box.

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gystadleuol gyda negodi

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 17/02/2025

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Rhaid i’r tendr fod yn ddilys tan: 31/10/2026

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.3) Gwybodaeth ychwanegol

Suppliers Instructions:

• Interested Suppliers should register their interest via Coupa and confirm the SINGLE contact email.

• Signature of a Non-Disclosure Agreement and/or Ethical Walls Agreement is required to enable access to Data Room 1.

• Bidders must provide e-mail details of their representatives in order for the Authority to grant those representatives access to Data Room 1.

The scope of the contract will be flexible to the requirements of the Authority over the life of the contract, and to functional and innovative developments in the sector during that period.

With that in mind, additional functionality may be purchased from the contracted supplier in line with the modification of contract provisions of the Public Contracts Regulations 2015.

The authority reserves the right to:

(i) withdraw from the procurement process; and/or

(ii) not to award any contract as a result of the competition called for by this notice; and/ or

(iii) to make whatever changes it may see fit to the structure, timing, dates and content of the competition.

The authority shall not be liable for any costs or expenses incurred by any candidates in considering and/or responding to the procurement process. All discussions and meetings will be conducted in English. Tenders and supporting documents must be priced in pound sterling and all payments under the contract will be made in pound sterling.

The Authority will identify the Bidders with the top five (5) total scores, provided there are five (5) suitably qualified Bidders. The Authority intends to shortlist those five (5) Bidders to the next stage of the tender process. The shortlist shall (subject to the number of eligible SQ responses being at least 5) contain a minimum of 5 Bidders who:

• Complete the information requested in Part 1 (Applicant Information of Bidding Model)

• Pass, are not excluded, under any of the grounds in Part 2 (Mandatory and Discretionary Exclusion Grounds)

• Pass all aspects of the SQ evaluation which are assessed on a Pass / Fail basis, eligibility requirements in Part 3 (Selection Questions (threshold questions);

Note: for Parts 2 and 3 if the BIdder fails a pass/fail question the Authority may (at its sole discretion) disqualify you from this process and your tender will not proceed to the next stage;

• achieve the five highest scores in respect to Part 3 (Technical and Professional Ability) (subject to the below).

In the event:

• that the total SQ score of the sixth placed Bidder is within 10% of the fifth placed Bidder, the Authority reserves the right to invite the sixth placed Bidder to the next stage of the tender process. Should the total score between the fifth and sixth placed Bidder be more than 10% the sixth placed Bidder will not be invited to the next stage. Further detail on evaluation methodology is provided at Appendix 3 (SQ Evaluation Methodology).

• five or less Bidders meet the eligibility requirements and Pass the Pass/Fail and Threshold Questions (Eligible Submission) of this SQ, the Authority reserve the right to shortlist all of those five (or less, if less Eligible Submissions are received) without evaluating the evaluated questions of this SQ or to shortlist less than five Bidders.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Metropolitan Police Service

New Scotland Yard

Victoria Embankment

SW1A2JL

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

15/01/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
79000000 Gwasanaethau busnes: y gyfraith, marchnata, ymgynghori, recriwtio, argraffu a diogelwch Gwasanaethau eraill
79211120 Gwasanaethau cofnodi gwerthiannau a phryniannau Gwasanaethau cyfrifyddu
72500000 Gwasanaethau cyfrifiadurol Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth
72600000 Gwasanaethau cymorth ac ymgynghori ar gyfrifiaduron Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth
72261000 Gwasanaethau cymorth meddalwedd Gwasanaethau sy’n gysylltiedig â meddalwedd
72267000 Gwasanaethau cynnal a chadw ac atgyweirio meddalwedd Gwasanaethau sy’n gysylltiedig â meddalwedd
72212450 Gwasanaethau datblygu meddalwedd cyfrifyddu amser neu adnoddau dynol Gwasanaethau rhaglennu meddalwedd rhaglenni
72212451 Gwasanaethau datblygu meddalwedd cynllunio adnoddau menter Gwasanaethau rhaglennu meddalwedd rhaglenni
72265000 Gwasanaethau ffurfweddu meddalwedd Gwasanaethau sy’n gysylltiedig â meddalwedd
72900000 Gwasanaethau gwneud copïau wrth gefn a throsi catalogau cyfrifiadurol Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth
79630000 Gwasanaethau personél heblaw gwasanaethau lleoli a chyflenwi Gwasanaethau recriwtio
72310000 Gwasanaethau prosesu data Gwasanaethau data
72211000 Gwasanaethau rhaglennu systemau a meddalwedd defnyddwyr Gwasanaethau rhaglennu cynhyrchion meddalwedd mewn pecyn
79211110 Gwasanaethau rheoli cyflogres Gwasanaethau cyfrifyddu
72250000 Gwasanaethau system a chymorth Gwasanaethu rhaglennu meddalwedd ac ymgynghori ar feddalwedd
79400000 Gwasanaethau ymgynghori ar fusnes a rheoli a gwasanaethau cysylltiedig Gwasanaethau busnes: y gyfraith, marchnata, ymgynghori, recriwtio, argraffu a diogelwch
48490000 Pecyn meddalwedd caffael Pecyn meddalwedd trafodion busnes a busnes personol
48450000 Pecyn meddalwedd cyfrifyddu amser neu adnoddau dynol Pecyn meddalwedd trafodion busnes a busnes personol
48441000 Pecyn meddalwedd dadansoddi ariannol Pecyn meddalwedd dadansoddi ariannol a chyfrifyddu
48219300 Pecyn meddalwedd gweinyddu Pecyn meddalwedd rhwydweithio amrywiol
48100000 Pecyn meddalwedd penodol i ddiwydiant Systemau pecynnau meddalwedd a gwybodaeth
48217000 Pecyn meddalwedd prosesu trafodion Pecyn meddalwedd rhwydweithio
48411000 Pecyn meddalwedd rheoli buddsoddiadau Pecyn meddalwedd rheoli buddsoddiadau a pharatoi trethi

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
shariya.dawood@met.police.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.