Section one: Contracting authority
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
dalasmailbox@crowncommercial.gov.uk
Telephone
+44 345410222
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Other activity
Public Procurement
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Digital and Legacy Application Services (DALAS)
Reference number
RM6335
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
Crown Commercial Service (CCS), working with HM Revenue and Customs (HMRC), has put in place to procure a new Framework Agreement for IT Digital and Legacy Application Services (DALAS).
The DALAS framework will provide a strategic gateway to support the delivery of future application services and move HMRC toward an application services support model that is less dependent upon legacy technologies.
The framework will provide a commercial vehicle to replace existing contractual arrangements that are due to expire between September 2023 and January 2025, and will provide the basis for letting a large proportion of HMRC future application services requirements.
The framework will also be available to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations.
The procurement has been delivered using one restricted procedure was split into two phases. Phase 1 included Lots 2a, 2b, 3 and 5.
Phase 2 includes Lots 1, 4a and 4b.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £2,800,000,000
two.2) Description
two.2.1) Title
Value Realisation and Design Services
Lot No
1
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Key Services:
• Capability analysis and support
• Enterprise architecture advice, design and delivery support
• Operating model assessment, design and delivery support
• Strategy assessment, design and delivery
• Service, Technical and Solution architecture advice, design, integration and delivery
• Project-based design and delivery services
• Intelligent client support/technology validation services
• Service and product transformation assessment, design and delivery.
• Legacy service decommissioning and disposal
• Hackathons and Facilitated 'Citizen Coder' sessions
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75
Price - Weighting: 25
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Multi Product Configuration Services
Lot No
4a
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK - United Kingdom
two.2.4) Description of the procurement
Key Services:
• Specialist support across technology services that exist within the scope of the Lot (e.g. Kong, NICE, Pega, Service Now MS Dynamics, Power Platform,Documentum, AI Services)
• Software Licensing validation and or preferential purchasing services
• Web Hosting Services where required including PPE/sandpit environments
• Configurable platform and product maintenance, support, enhancement and release management services including AI and automation products.
• Product support during contract lifecycle, product/service creation, development and transformation through configuration of pre-built process maps, work-flows, service designators, use-cases within configurable cloudbased strategic PaaS/SaaS products to form technology stack components with a lower cost to serve profile
• Data extraction, translation, transfer, conversion and backup, recovery and disposal within target technologies or dependent products.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75
Price - Weighting: 25
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Specialist Product Configuration Services
Lot No
4b
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK - United Kingdom
two.2.4) Description of the procurement
Key Services:
• Specialist support across technology services that exist within the scope of the Lot (e.g. Kong, NICE, Pega, Service Now MS Dynamics, Power Platform,Documentum, AI Services)
• Software Licensing validation and or preferential purchasing services
• Web Hosting Services where required including PPE/sandpit environments
• Configurable platform and product maintenance, support, enhancement and release management services including AI and automation products.
• Product support during contract lifecycle, product/service creation, development and transformation through configuration of pre-built process maps, work-flows, service designators, use-cases within configurable cloudbased strategic PaaS/SaaS products to form technology stack components with a lower cost to serve profile.
• Data extraction, translation, transfer, conversion and backup, recovery and disposal within target technologies or dependent products.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75
Price - Weighting: 25
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-028003
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 March 2024
five.2.2) Information about tenders
Number of tenders received: 30
Number of tenders received from SMEs: 10
Number of tenders received by electronic means: 30
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
See Contracts Finder Notice for full supplier list
9th Floor, The Capital, Old Hall Street
liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £2,800,000,000
Section six. Complementary information
six.3) Additional information
The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.
As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/1a0a796f-39f9-4c67-a656-12acfc74e815.
1) Redacted Commercial Agreement
2) List of Successful Suppliers
3) Approved Customer list
4) Transparency Agenda
On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
CCS reserved the right to award a framework to any bidder whose final score was within 1% of the last position. For Lot 4a, six suppliers were awarded a place as opposed to the number of five as was originally stated in the Contract Notice that was published on 05/10/2022.
six.4) Procedures for review
six.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 345410222
Country
United Kingdom