Section one: Contracting authority
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
The Capital Building, Old Hall Street
Liverpool
L3 9PP
dalasmailbox@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
NUTS 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 procured 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.
Phase 1 has been delivered which includes Lots 2a, 2b, 3 and 5.
Further information is provided at section VI.3 Additional Information.
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: £3,200,000,000
two.2) Description
two.2.1) Title
Digital, Integration and Programme Development Services(Large Scale)
Lot No
2a
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:
• User-centred design
• Integration of software lifecycle from apps dev through release and IT Ops
• Process, workflow, forms and application development, deployment and live
support
using automated tooling to support rapid release of stable products and
microservices,
through discovery, alpha and beta phases, built on Dev/Sec/Ops principles by
design.
• Dev-Ops engineering and platform development
• Rapid forms creation and deployment
• Application hyper and enduring care in Dev/Sec/Ops contexts
• Multi-supplier strat-hacks and hackathons
• Minimum costed supplier workshare commitment to encourage investment
and innovation.
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
Digital, Integration and Programme Development Services
Lot No
2b
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:
• User-centred design
• Integration of software lifecycle from apps dev through release and IT Ops
• Process, workflow, forms and application development, deployment and live
support
using automated tooling to support rapid release of stable products and
microservices,
through discovery, alpha and beta phases, built on Dev/Sec/Ops principles by
design.
• Dev-Ops engineering and platform development
• Rapid forms creation and deployment
• Application hyper and enduring care in Dev/Sec/Ops contexts
• Multi-supplier strat-hacks and hackathons
• Minimum costed supplier workshare commitment to encourage investment
and
innovation.
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
Digital, Application and Integration Run Services
Lot No
3
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:
• Managing, augmenting and supporting:
o new or existing custom applications or BDApps
o new or existing enterprise applications
o packaged software applications
• New or existing middleware, including APIs, API platforms and ESBs
• ESCROW services where required
• Network-delivered applications
• Data, database and middleware management and integration practices,
techniques
and tooling for achieving consistent access and smart use-case-based
recovery to
structured and unstructured data across federated technology stacks
• Maintenance of infrastructure as code, PaaS and SaaS run and integration
via
technology or service stacks
• Infrastructure as Code
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
Capability Pipeline Services
Lot No
5
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Key Services:
• Dev-Ops academy
• Scala academy
• Pega academy
• MS Dynamics and Power Platform
academy
• SAP academy
• Service Now academy
• Kong academy
• TOGAF architecture academy
• NICE academy
• Rapid upskilling of existing staff
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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
2 August 2023
five.2.2) Information about tenders
Number of tenders received: 23
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 23
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
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £3,200,000,000
Total value of the contract/lot: £3,200,000,000
Section six. Complementary information
six.3) Additional information
This Contract Award Notice replaces the previous CAN issued on the 22/09/2023 https://www.find-tender.service.gov.uk/Notice/027990-2023.
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/d1126546-3abe-4e38-a144-19da4a25ed63
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 2a 6 suppliers were awarded a place as opposed to the number of 5, for Lot 2b 11 suppliers were awarded a place as opposed to the number of 8, For Lot 3 6 suppliers were awarded a place as opposed to the number of 5, as was originally stated in the Contract Notice that was published on 05/10/2022.
Please note: Lots 3 and 5 had a contract start date of 27/07/2023, and Lots 2a and 2b had a contract start date of 02/08/2023. All lots have a contract expiry date of 26/07/2027.
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
dalasmailbox@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom