← Back to opportunities

Managed WAN Services 2025 - New contract for existing Wide Area Network

The Independent Office for Police Conduct

Buyer Contact Info

Buyer Name: The Independent Office for Police Conduct

Buyer Address: 10 South Colonnade, Canary Wharf, London, UK, E14 4PU, United Kingdom

Contact Name: Dorothy Eke

Contact Email: dorothy.eke@policeconduct.gov.uk

Status
unsuccessful
Procedure
limited
Value
n/a
Published
05 Aug 2025, 10:12
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
72000000 - IT services: consulting, software development, Internet and support
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

A procurement reset, and the introduction of a new supplier would pose an unacceptable risk of service disruption, critical configuration conflicts, and a breakdown in operational continuity due to the need to reverse-engineer and replace a live, highly customised and deeply embedded technical solution.

Linked Documents

No linked documents found for this notice.

Opportunity Context

Lots

Lot Description: Connectivity for each of our sites including 2 data centres, 6 regional sites and cloud connectivity providing the IOPC with the ability to use essential services securely ranging from internally hosted applications through to M365 and SAAS hosted services.

Lot 1 Status: cancelled

Lot 1 Has Options: No

Awards

Award Title: Managed WAN Services 2025 - New contract for existing Wide Area Network

Raw Notice JSON

Expand raw payload
{
  "awards": [
    {
      "id": "046030-2025-NAT/2025/19-1",
      "relatedLots": [
        "1"
      ],
      "status": "unsuccessful",
      "statusDetails": "unsuccessful",
      "title": "Managed WAN Services 2025 - New contract for existing Wide Area Network"
    }
  ],
  "buyer": {
    "id": "GB-FTS-156977",
    "name": "The Independent Office for Police Conduct"
  },
  "date": "2025-08-05T11:12:53+01:00",
  "id": "046030-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-05814d",
  "parties": [
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "E14 4PU",
        "region": "UK",
        "streetAddress": "10 South Colonnade, Canary Wharf"
      },
      "contactPoint": {
        "email": "dorothy.eke@policeconduct.gov.uk",
        "name": "Dorothy Eke"
      },
      "details": {
        "classifications": [
          {
            "description": "Body governed by public law",
            "id": "BODY_PUBLIC",
            "scheme": "TED_CA_TYPE"
          },
          {
            "description": "General public services",
            "id": "01",
            "scheme": "COFOG"
          }
        ],
        "url": "https://www.policeconduct.gov.uk/"
      },
      "id": "GB-FTS-156977",
      "identifier": {
        "legalName": "The Independent Office for Police Conduct"
      },
      "name": "The Independent Office for Police Conduct",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Canary Wharf",
        "postalCode": "E14 4PU",
        "streetAddress": "10 South Colonnade"
      },
      "id": "GB-FTS-156978",
      "identifier": {
        "legalName": "The Independent Office for Police Conduct"
      },
      "name": "The Independent Office for Police Conduct",
      "roles": [
        "reviewBody"
      ]
    }
  ],
  "tag": [
    "award",
    "contract"
  ],
  "tender": {
    "classification": {
      "description": "IT services: consulting, software development, Internet and support",
      "id": "72000000",
      "scheme": "CPV"
    },
    "description": "A procurement reset, and the introduction of a new supplier would pose an unacceptable risk of service disruption, critical configuration conflicts, and a breakdown in operational continuity due to the need to reverse-engineer and replace a live, highly customised and deeply embedded technical solution.",
    "id": "ocds-h6vhtk-05814d",
    "items": [
      {
        "deliveryAddresses": [
          {
            "region": "UK"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "32014L0024",
      "scheme": "CELEX"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "type": "price"
            }
          ]
        },
        "description": "Connectivity for each of our sites including 2 data centres, 6 regional sites and cloud connectivity providing the IOPC with the ability to use essential services securely ranging from internally hosted applications through to M365 and SAAS hosted services.",
        "hasOptions": false,
        "id": "1",
        "status": "cancelled"
      }
    ],
    "mainProcurementCategory": "services",
    "procurementMethod": "limited",
    "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
    "procurementMethodRationale": "1.  Deep Integrated and Bespoke Solution:\nRedcentric successfully designed, migrated and implemented IOPC\u2019s comprehensive network and data centre solution.  This includes managed site-to-site and client VPNs, resilient internet access, critical firewall configurations, and continuous monitoring.  These services are fully integrated across the IOPC Farnborough and Corsham Crown Hosting data centres, supporting both production and disaster recovery environments.  The solution is uniquely tailored to IOPC\u2019s specific architecture and operational requirements.\n2.  Maintaining Operational Resilience and Continuity\nOperational resilience is fundamental to IOPC\u2019s services and is intrinsically embedded within the existing solution.  Redcentric established automated failover between our data centres, configured secure MPLS connectivity, and implemented live replication services, all of which are actively supporting IOPC\u2019s business-as-usual operations.  Transitioning these highly complex and interconnected services to a new provider would necessitate dismantling and revalidating live configurations, significantly increasing the risk of widespread system outages or degraded service performance.  Any switch would also risk the loss of critical configuration knowledge and jeopardise existing fail-safe mechanisms due to the intricate nature of the setup.\n3.\tIncompatibility with Existing Infrastructure and Investment\nThe IOPC has made substantial investment in equipment and service integrations that are intrinsically linked to RedCentric systems and operational frameworks.  introducing a new supplier at this stage would require reverse-engineering a live, bespoke solution.  This would not only incur significant duplicative costs for infrastructure and re-implementation but also render parts of the existing estate incompatible or redundant.  Such a change would undermine the value of the solution already delivered, severely disrupt essential business operations, and delay the realisation of long-term efficiencies envisaged in our original disaggregation strategy.\n4.\tUnacceptable Risk of Service Disruption:\nA procurement reset, and the introduction of a new supplier would pose an unacceptable risk of service disruption, critical configuration conflicts, and a breakdown in operational continuity due to the need to reverse-engineer and replace a live, highly customised and deeply embedded technical solution.",
    "procurementMethodRationaleClassifications": [
      {
        "description": "The procurement falls outside the scope of application of the directive",
        "id": "D_OUTSIDE_SCOPE",
        "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL"
      }
    ],
    "status": "unsuccessful",
    "title": "Managed WAN Services 2025 - New contract for existing Wide Area Network"
  }
}