Future opportunity

Digital and Legacy Application Services (DALAS)

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

F01: Prior information notice (prior information only)

Notice reference: 2022/S 000-022283

Published 12 August 2022, 12:25pm



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital Building, Old Hall Street

Liverpool

L3 9PP

Email

dalasmailbox@crowncommercial.gov.uk

Telephone

+44 3450103503

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.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

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), intends to procure a new Framework Agreement for IT Digital and Legacy Application Services (DALAS).

The DALAS framework intends to 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.

Further information is provided at section VI.3 Additional Information.

two.1.5) Estimated total value

Value excluding VAT: £4,500,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Transformation and Innovation Services

Lot No

Lot 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) Description

two.2.1) Title

Large Scale Digital, Integration and Programme Development Services

Lot No

Lot 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) Description

two.2.1) Title

Digital, Integration and Programme Development Services

Lot No

Lot 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) Description

two.2.1) Title

Digital, Application and Integration Run Services

Lot No

Lot 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) Description

two.2.1) Title

Multi Product Configuration Services

Lot No

Lot 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

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 cloud-based 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) Description

two.2.1) Title

Specialist Product Configuration Services

Lot No

Lot 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

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 cloud-based 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) Description

two.2.1) Title

Capability Pipeline Services

Lot No

Lot 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 cross training of existing staff

two.3) Estimated date of publication of contract notice

16 September 2022


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: Yes


Section six. Complementary information

six.3) Additional information

The ITT will be released in two phases.

Phase 1 of the ITT for Lots 2a, 2b, 3 & 5 is due to be released between February and March 2023.

Phase 2 of the ITT for Lots 1, 4a & 4b is due to be released between August and September 2023.

This Prior Information Notice is to signal an intention to commence market engagement.

CCS and HMRC are keen to hear your views to help us create an innovative and dynamic framework. Market engagement will be carried out as follows:

• Stage 1 – a hybrid launch event that will provide an opportunity to discuss CCS’s (in conjunction with HMRC) vision for the DALAS framework and how application services will be delivered in future. This will involve presentations from CCS and HMRC guest speakers, a commercial overview of the procurement process and framework content and an opportunity for questions. CCS will share a recording of the event and a copy of the questions/answers with all suppliers post event.

• Stage 2 – there will be stage 2 market engagement events for phase 1 and phase 2 respectively, which will occur prior to ITT releases as outlined above. These will involve CCS and HMRC holding 45 minute, one to one sessions with suppliers. CCS will share an anonymised copy of the questions/answers with all suppliers following each respective stage to ensure fair and open release of information to all suppliers interested in participating.

These market engagement stages will provide an opportunity to discuss the DALAS framework in more detail. Following the launch event in stage 1, suppliers will have the opportunity to express interest in stage 2 market engagement events for both phase 1 and 2.

Stage 1 Market Engagement

Suppliers who are interested are invited to attend the hybrid launch event on 6th September 2022 @ 10:30am. Full details of venue location and time will be issued via Tech UK.

Details of how to register for the hybrid launch event will be published by Tech UK. When live, a link to the registration page will also be published on the CCS website page https://www.crowncommercial.gov.uk/agreements/RM6335.

The contract notice for the procurement will be published on Find a Tender Service (FTS).

A restricted procedure is intended to be used for this procurement. Therefore, prior to the publication of the Invitations to Tender (ITT) for each Lot, a selection stage will be undertaken that will require bidders to submit a Selection Questionnaire.

The value in II.1.5 is an indicative value of call-off contracts awarded over the term of the framework, which is expected to be 4 years.

The date in II.3 is the estimated date of publication. It is expected that the contract notice will be published in autumn 2022. Please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/RM6335 for updates and monitor Find A Tender Service for the publication of the contract notice.

Please be sure to monitor this Prior Information Notice, as it will be used to inform suppliers of updates and additional information.

It should be noted that this is not a guarantee of further competition. The Authority reserves the right, at its own discretion, to withdraw from the process and pursue alternative routes to market for the provision of this service, should it decide to do so.

CCS will use an eSourcing system for this competition.

The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk

Please note that, to register on the eSourcing system, 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.

A Future Opportunity on Contracts Finder can be found here: https://www.contractsfinder.service.gov.uk/Notice/0d19975c-e331-4da7-94e5-1ad2d08734ac