Awarded contract

Digital and Legacy Application Services (DALAS)

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F03: Contract award notice

Notice reference: 2024/S 000-010679

Published 3 April 2024, 9:12am



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

Email

dalasmailbox@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://www.gov.uk/ccs

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

Email

dalasmailbox@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/