Key information
Executive summary
This paper requests approval to award a contract to British Telecom (BT) as the Network Tower provider with a total contract value of up to £200m. The contract consists of two lots:
- Lot A – Network Services; 5 years with an option to extend for two one year extensions.
- Lot B – Emergency Call Routing; 4 years minus 1 year (to accommodate an earlier termination for strategic fit).
This contract award will deliver the final tower in the ICT delivery strategy (SIAM & Towers) and provide a transformed service, which is more attractive to the market.
Recommendation
The DMPC is asked to
- Approve the award of a contract to BT as the Network Tower provider. The contract value is up to £200m over 5 years with the option to extend for a further 2 years (includes Lot B at £13.2m over 4 years).
- Authorise this project to move into Final Negotiation stage to refine the bid and achieve contract signature by March 31 2017.
Non-confidential facts and advice to the Deputy Mayor for Policing and Crime (DMPC)
1. Introduction and background
1.1. Technology is a key enabler in meeting the MPS’s objectives for the Total Technology Programme Infrastructure (TTPi). The TTPi was established to ensure the desired outcomes for the ITC estate were met. The award of the contract to BT as the Network Tower provider is the final tower in the original SIAM & Towers model delivery.
1.2. The MPS needs a network that supports the modernisation of networks and significantly reduces the risk of failure, especially where this could impact on critical MPS activities. The MPS needs to develop a technology infrastructure that supports more flexible frontline policing and provides long term stability and adaptability in technology platforms.
1.3. A modern flexible network is critical to the network infrastructure and supports all future changes. In particular, the MPS’s change programmes relation to mobile and flexible working, more efficient use of officers time and estate rationalisation. The Network Tower will facilitate the MPS to move away from outdated technology and unsupported connectivity. This will also lead to reduced run costs, technology restrictions and security risks.
2. Issues for consideration
2.1. These are discussed further in the Part 2.
3. Financial Comments
3.1 The contract costs are shown below:
• Lot A – Network Services is budgeted at £134m.
• Lot B – Emergency Call Routing is budgeted at £13.2m.
The revenue costs will be £149.9m and capital of £18.2m (£8.5m was previously approved in the Outline Business Case).
3.2 The MPS has identified that the contract costs from 2018/19 represent a pressure on the Medium Term Financial Plan. This will be managed through future business planning and the subsequent budget setting process.
3.3 These are discussed further in the Part 2.
4. Legal Comments
4.1. The competitive procedure with negotiation was chosen due to the complexity of the requirements and the need to engage with potential service providers to identify an optimised solution. The contract will be awarded on the basis of the tender response taking into account a range of technical and commercial evaluation criteria and in line with EU and UK public procurement law.
4.2. The contract obligates BT to provide transition from the existing contract and service delivery model and transformation of the estate during the life of the contract.
5. Equality Comments
5.1. There are no direct equality or diversity implications arising from this report
Signed decision document
PCD 151