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
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
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.3) Communication
Additional information can be obtained from the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Big Data & Analytics
Reference number
RM6195
two.1.2) Main CPV code
- 72310000 - Data-processing services
two.1.3) Type of contract
Services
two.1.4) Short description
Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of Big Data & Analytics 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. It is intended that this commercial agreement will be the recommended vehicle for all Big Data & Analytics required by UK Central Government Departments.
Big Data and Analytics is an emerging and evolving capability, with its prominence heightened by COVID. It is fast becoming recognised as business critical and a core business function, with many Government Departments now including Chief Data Officers. The National Data Strategy and implementation of its missions reinforce the requirement to access and interrogate Government data more effectively to improve public services.
This framework will offer a central route to market for all Big Data & Analytics requirements. By offering a range of buying options and pricing mechanisms, it will enable competitive and agile procurements across a specialist pool of suppliers. Its scope will support a range of needs, from individual niche work packages to complete data service transformations and new service builds (Lot 1); also, a comprehensive menu of related COTS software offerings (Lot 2). The supplier ecosystem created by the framework is designed to grow internal capabilities and reduce recognised skills gaps,supporting the creation of intelligent BD&A functions across the UK Public Sector.
Further information is included in the Additional Information section VI.3.
two.1.5) Estimated total value
Value excluding VAT: £2,000,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
two.2) Description
two.2.1) Title
Design, Build and Run
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
.Design, Build & Run Services - provision of ‘design, build and run’ big data and analytics services across one or more of the six defined capabilities: advanced analytics and cognitive, data management and acquisition; data risking; platform services; reporting and dashboards; and search and discovery services.
two.2) Description
two.2.1) Title
Commercial Off The Shelf (COTS) Software
Lot No
2
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Commercial Off-The-Shelf (COTS) Software - provision of COTS software specifically for big data and analytics capabilities, available as either on-prem, cloud, or hybrid, across one or more of five defined capabilities: big data management; data mining, risking and science; machine learning & Artificial Intelligence; reporting & analytics; and search and data discovery.
two.3) Estimated date of publication of contract notice
8 October 2021
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section six. Complementary information
six.3) Additional information
Crown Commercial Service invites suggestions and feedback on the proposed structure of the framework, service lines or processes detailed in the Lots from the market including industry experts, specialists and suppliers.
To participate in market engagement please email cybercategory@crowncommercial.gov.uk with any suggestions and/or feedback in your email, along with the following details:
1. Organisation name
2. Contact name
3. Job title of contact (including responsibility within your organisation)
4. Contact phone number
5. Contact email
6. Organisation website link
Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk.
Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.
The value in II.1.5 is an indicative value over 4 years.
The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/RM6195 for updates and monitor Tenders Electronic Daily for the publication of the contract notice.
The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further 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 properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.
To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials Plus certified for the services under and in connection with the procurement.
The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials Plus Scheme for services under and in connection with this procurement.
The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the Framework Agreement Schedule, “Security Requirement and Plan”, to meet Framework Agreement requirements. This will be released at the ITT stage.