Skip to main content
Mayor of London logo London Assembly logo
Home

Solution Provider Framework 2022

Key information

Reference code: PCD 1185

Date signed:

Decision by: Sophie Linden, Deputy Mayor, Policing and Crime

Executive summary

This decision is seeking approval to award Supplier Performance Framework Agreements for Lot 1 (System Integration) and Lot 2 (Augmented Resources) for a period of 3 years plus 1 year, with a ceiling value for potential call off Contracts, worth £300m. This follows approval of the reprocurement of the framework through PCD 997 in July 2021.

The Solution Provider Framework was originally set up in 2017 for the provision of technology solutions for Digital Policing that allows the MPS to work with trusted partners to deliver end-to-end Digital Police Solutions quickly, with agility, and provide value for money. The Solution Provider Framework 2022 is one of a range of procurement options and will be used selectively where integration or resource augmentation are required.

By creating a formal Framework of suppliers, the MPS can meet all the commercial obligations and rules without protracted competitions through the Find-a-Tender Frameworks or similar and are empowered to create agility for the next four years that reduce time and costs for all parties.

The original Framework will expire on 31st March 2022. This project has recompeted the Framework to commence from April 2022.

Recommendation

The Deputy Mayor for Policing and Crime is recommended to:

1. Approve award of places to the preferred bidders across Lots 1 (systems integration) and 2 (augmented services) an initial term of three years, with the option to extend for 12 months on the Solution Provider Framework 2022.

a. Lot 1: UBDS IT, NEC, Accenture, Fujitsu, Kainos, DXC, Informed Solutions, CGI, Telent, Atos.

b. Lot 2: Accenture, CGI, Atos, Fujitsu, Capgemini, CACI

2. Approve MPS to initiate and award contracts according to applicable scheme of delegation for the above.

Non-confidential facts and advice to the Deputy Mayor for Policing and Crime (DMPC)

1. Introduction and background

1.1. The Solution Provider Framework (SPF) forms part of the core elements of Digital Policing’s Solution Delivery Model (which supports the Met Strategic Delivery Framework) as it will reduce time and cost for all parties to complete a competitive tender, and significantly increase the speed of delivery to resolve business and operational challenges.

1.2. Utilisation of a Framework with a selected number of trusted suppliers that have policing experience will significantly enhance the ability to rapidly deliver innovative and quality solutions to meet real business and operational needs in an agile and effective manner.

1.3. The traditional routes to market for these types of projects incur extensive time and money, on both the suppliers and the MPS, and by re-procuring the original SPF, the MPS can continue to leverage the benefits.

2. Issues for consideration

2.1. The SPF is a critical component to deliver DigitalPolicing’s Solution Delivery Model that supports the MPS’s Strategic Delivery Framework.

2.2. If the Framework is not established, the MPS will be lacking a fast, agile, cost-effective route to market for the delivery of digital solutions.

2.3. There is no financial commitment to establish the Framework.

3. Financial Comments

3.1. There is no request for funding to set up the Framework. Funding requests will be made through the normal project / programme governance.

4.1. The Mayor's Office for Policing Crime is a contracting authority as defined in the Public Contracts Regulations 2015 ("the Regulations"). All awards of public contracts for goods and/or services valued at £189,330 or above will be procured in accordance with the Regulations.

4.2. The Final Business Case confirms the MOPAC’s route to market is compliant with the Regulations.

4.3. Paragraph 7.23 of the MOPAC Scheme of Delegation and Consent provides that the Director of Strategic Procurement has consent for the approval of the award of all contracts, with the exception of those called in through the agreed call-in procedure.

4.4. Paragraph 4.14 of the Scheme of Delegation and Consent provides the DMPC reserves the right to call in any MPS proposal to award a contract for £500,000 or above. This is a nil-value Framework Agreement.

5. Commercial Issues

5.1. The MPS utilised a compliant procurement process following the Restricted Procedure under regulation 29 of the PCRs. The procurement process was executed with external commercial assistance and validated by external legal counsel (TLT).

5.2. MOPAC is seeking to establish this framework for use by the MPS but will be available for other Police Services in the UK including the Offices of the Police and Crime Commissioners (PCC’s), the GLA and its functional bodies. It is expected that the overall MPS spend through the SPF2022 will be between £50,000,000 and £75,000,000 per annum (based upon historic spend via SPF1).

5.3. The benefits from this Framework include the incorporation of social value and environmental obligations on suppliers bidding under the Framework for call off contracts awarded from Lot 1 and Lot 2. These formed part of the questions for the commercial process.

5.4. The framework contributes to supporting the MPS as a signatory to the London Anchor Institution Charter, alignment to the MPS Environment Policy, adherence to the MPS Environment & Sustainability Strategy, and compliance with the GLA Responsible Procurement Policy and related GLA policies (including Net Zero Carbon 2030 ambitions). All suppliers on the framework have confirmed support of this. This will ensure contracts awarded from the Framework deliver tangible benefits which will be assessed at each call-off against the five objectives, for example:

• To reverse the pattern of rising unemployment and lost economic growth caused by the economic scarring of Covid-19 through investing in Givewith or similar charitable organisations.

• Accelerate delivery of a cleaner, greener London through ensuring that the suppliers are all focused on the reduction of scope 1,2,3 emissions.

6. GDPR and Data Privacy

6.1. The MPS is subject to the requirements and conditions placed on it as a 'State' body to comply with the European Convention of Human Rights and the Data Protection Act (DPA) 2018. Both legislative requirements place an obligation on the MPS to process personal data fairly and lawfully in order to safeguard the rights and freedoms of individuals.

6.2. Under Article 35 of the General Data Protection Regulation (GDPR) and Section 57 of the DPA 2018, Data Protection Impact Assessments (DPIA) become mandatory for organisations with technologies and processes that are likely to result in a high risk to the rights of the data subjects.

6.3. The Information Assurance and Information Rights units within MPS will be consulted at all stages to ensure the programme / project at call-off meets its compliance requirements.

6.4. The project does not use personally identifiable data of members of the public, so there are no GDPR issues to be considered.

7. Equality Comments

7.1. There are no known impacts upon any of the Protected Characteristics resulting from this recommendation. All Framework bidders have committed to delivering social value in line with the MPS’s ambition.

7.2. There are no known equality implications for the London Anchor Institutions Charter resulting from this recommendation. All Framework bidders have committed their support of MPS’s ambitions to deliver social value and sustainability outcomes.

8. Background/supporting papers

8.1. Approval of the reprocurement of the Solution Provider Framewaor was provided in PCD 997 in July 2021.

Signed decision document

PCD 1185 Solution Provider Framework 2022

Need a document on this page in an accessible format?

If you use assistive technology (such as a screen reader) and need a version of a PDF or other document on this page in a more accessible format, please get in touch via our online form and tell us which format you need.

It will also help us if you tell us which assistive technology you use. We’ll consider your request and get back to you in 5 working days.