Opportunity

1,840,000,000

  • Crown Commercial Service

F02: Contract notice

Notice reference: 2022/S 000-022293

Published 12 August 2022, 1:47pm



Section one: Contracting authority

one.1) Name and addresses

Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3150103503

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

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://crowncommercialservice.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://crowncommercialservice.bravosolution.co.uk

Tenders or requests to participate must be submitted to 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

1,840,000,000

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) as the Authority intends to put in place a pan-Government Collaborative Agreement for the provision of Vertical Application Solutions 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 who require software that was developed to meet the needs of their particular industry, as well as the associated essential hardware and professional services required to deliver the relevant software solution, in one procurement.

two.1.5) Estimated total value

Value excluding VAT: £1,840,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Business Applications Solutions

Lot No

1

two.2.2) Additional CPV code(s)

  • 03000000 - Agricultural, farming, fishing, forestry and related products
  • 48170000 - Compliance software package
  • 48217000 - Transaction-processing software package
  • 48311000 - Document management software package
  • 48311100 - Document management system
  • 48440000 - Financial analysis and accounting software package
  • 48441000 - Financial analysis software package
  • 48442000 - Financial systems software package
  • 48444100 - Billing system
  • 48445000 - Customer Relation Management software package
  • 48450000 - Time accounting or human resources software package
  • 48451000 - Enterprise resource planning software package
  • 48517000 - IT software package
  • 48900000 - Miscellaneous software package and computer systems
  • 48931000 - Training software package
  • 48983000 - Development software package
  • 48984000 - Graphical user interface (GUI) tools
  • 71356300 - Technical support services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72200000 - Software programming and consultancy services
  • 72210000 - Programming services of packaged software products
  • 72211000 - Programming services of systems and user software
  • 72212000 - Programming services of application software
  • 72212100 - Industry specific software development services
  • 72212170 - Compliance software development services
  • 72212200 - Networking, Internet and intranet software development services
  • 72212211 - Platform interconnectivity software development services
  • 72212217 - Transaction-processing software development services
  • 72212218 - License management software development services
  • 72212311 - Document management software development services
  • 72212333 - Contact management software development services
  • 72212400 - Business transaction and personal business software development services
  • 72212422 - Software development services suites
  • 72212440 - Financial analysis and accounting software development services
  • 72212441 - Financial analysis software development services
  • 72212442 - Financial systems software development services
  • 72212443 - Accounting software development services
  • 72212445 - Customer Relation Management software development services
  • 72212517 - IT software development services
  • 72212700 - Software development services utilities
  • 72212900 - Miscellaneous software development services and computer systems
  • 72232000 - Development of transaction processing and custom software
  • 72260000 - Software-related services
  • 72261000 - Software support services
  • 72262000 - Software development services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Business Applications Solutions: Provision of solutions including for Local Government-Specific solutions. Including identification, design, development, implementation, software, data take-on, migration, integration and security; user training, maintenance and support.

It includes Revenues and Benefits Solutions, payment processing and cash receipting solution, Civil Enforcement solutions and Other Business Application Solutions.

The associated deliverables for Lot 1 are described within Framework Schedule 1 (Specification) of the Framework Contract.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 82

Price - Weighting: 18

two.2.6) Estimated value

Value excluding VAT: £490,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is thirty (30) months, with an option to extend for a further period of up to eighteen (18) months.

CCS reserve the right to extend lots by varying durations

two.2.10) Information about variants

Variants will be accepted: No

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

Education, Community Health and Social Care Solutions

Lot No

2

two.2.2) Additional CPV code(s)

  • 48160000 - Library software package
  • 48161000 - Library management system
  • 48170000 - Compliance software package
  • 48180000 - Medical software package
  • 48190000 - Educational software package
  • 48217000 - Transaction-processing software package
  • 48440000 - Financial analysis and accounting software package
  • 48441000 - Financial analysis software package
  • 48442000 - Financial systems software package
  • 48444100 - Billing system
  • 48500000 - Communication and multimedia software package
  • 48517000 - IT software package
  • 48814000 - Medical information systems
  • 48814200 - Patient-administration system
  • 48814300 - Theatre management system
  • 48900000 - Miscellaneous software package and computer systems
  • 48931000 - Training software package
  • 48983000 - Development software package
  • 71356300 - Technical support services
  • 72200000 - Software programming and consultancy services
  • 72210000 - Programming services of packaged software products
  • 72211000 - Programming services of systems and user software
  • 72212000 - Programming services of application software
  • 72212100 - Industry specific software development services
  • 72212160 - Library software development services
  • 72212170 - Compliance software development services
  • 72212180 - Medical software development services
  • 72212190 - Educational software development services
  • 72212200 - Networking, Internet and intranet software development services
  • 72212211 - Platform interconnectivity software development services
  • 72212422 - Software development services suites
  • 72212451 - Enterprise resource planning software development services
  • 72212500 - Communication and multimedia software development services
  • 72212900 - Miscellaneous software development services and computer systems
  • 72212931 - Training software development services
  • 72260000 - Software-related services
  • 72261000 - Software support services
  • 72262000 - Software development services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services
  • 72266000 - Software consultancy services
  • 72267000 - Software maintenance and repair services
  • 72267100 - Maintenance of information technology software
  • 72267200 - Repair of information technology software
  • 72268000 - Software supply services
  • 72316000 - Data analysis services
  • 72416000 - Application service providers
  • 72500000 - Computer-related services
  • 72510000 - Computer-related management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Provision of Education, Community Health and Social Care Solutions: including solution identification, design, development, implementation, software, data take-on, migration, integration and security; user training, maintenance and support.

It includes Learning Applications; Education, Academic Scheduling and Management Solutions; Community Health and Social Care market specific solutions; and Enterprise Health Solutions.

The associated deliverables for Lot 2 are described within Framework Schedule 1 (Specification) of the Framework Contract.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 82

Price - Weighting: 18

two.2.6) Estimated value

Value excluding VAT: £300,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is thirty (30) months, with an option to extend for a further period of up to eighteen (18) months.

CCS reserve the right to extend lots by varying durations

two.2.10) Information about variants

Variants will be accepted: No

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

Housing, Environment and Planning Solutions

Lot No

3

two.2.2) Additional CPV code(s)

  • 48170000 - Compliance software package
  • 48517000 - IT software package
  • 48813000 - Passenger information system
  • 48813200 - Real-time passenger information system
  • 48931000 - Training software package
  • 48983000 - Development software package
  • 71354100 - Digital mapping services
  • 71356300 - Technical support services
  • 71400000 - Urban planning and landscape architectural services
  • 71410000 - Urban planning services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72200000 - Software programming and consultancy services
  • 72210000 - Programming services of packaged software products
  • 72211000 - Programming services of systems and user software
  • 72212000 - Programming services of application software
  • 72212100 - Industry specific software development services
  • 72212170 - Compliance software development services
  • 72212200 - Networking, Internet and intranet software development services
  • 72212211 - Platform interconnectivity software development services
  • 72212324 - Charting software development services
  • 72212326 - Mapping software development services
  • 72212332 - Scheduling software development services
  • 72212420 - Facilities management software development services and software development services suite
  • 72212421 - Facilities management software development services
  • 72212422 - Software development services suites
  • 72212517 - IT software development services
  • 72212700 - Software development services utilities
  • 72212900 - Miscellaneous software development services and computer systems
  • 72260000 - Software-related services
  • 72261000 - Software support services
  • 72262000 - Software development services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services
  • 72266000 - Software consultancy services
  • 72267000 - Software maintenance and repair services
  • 72267100 - Maintenance of information technology software
  • 72267200 - Repair of information technology software
  • 72268000 - Software supply services
  • 72416000 - Application service providers
  • 72500000 - Computer-related services
  • 72510000 - Computer-related management services
  • 90714100 - Environmental information systems

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Provision of Housing, Environment and Planning solutions including solution identification, design, development, implementation, software, data take-on, migration, integration and security; user training, maintenance and support.

It includes Environmental; Planning; Building Control; Local Land Charges; Regulatory Services; Licensing; Property, Housing Management; Geographic Information System (GIS); Waste Management Solutions; Built Environment Solutions.

The associated deliverables for Lot 3 are described within Framework Schedule 1 (Specification) of the Framework Contract.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 82

Price - Weighting: 18

two.2.6) Estimated value

Value excluding VAT: £650,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is thirty (30) months, with an option to extend for a further period of up to eighteen (18) months.

CCS reserve the right to extend lots by varying durations

two.2.10) Information about variants

Variants will be accepted: No

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

Citizen Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 48160000 - Library software package
  • 48161000 - Library management system
  • 48170000 - Compliance software package
  • 48332000 - Scheduling software package
  • 48517000 - IT software package
  • 48931000 - Training software package
  • 48983000 - Development software package
  • 71356300 - Technical support services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72200000 - Software programming and consultancy services
  • 72210000 - Programming services of packaged software products
  • 72211000 - Programming services of systems and user software
  • 72212000 - Programming services of application software
  • 72212100 - Industry specific software development services
  • 72212160 - Library software development services
  • 72212170 - Compliance software development services
  • 72212200 - Networking, Internet and intranet software development services
  • 72212211 - Platform interconnectivity software development services
  • 72212422 - Software development services suites
  • 72212517 - IT software development services
  • 72212700 - Software development services utilities
  • 72212900 - Miscellaneous software development services and computer systems
  • 72260000 - Software-related services
  • 72261000 - Software support services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services
  • 72266000 - Software consultancy services
  • 72267000 - Software maintenance and repair services
  • 72267100 - Maintenance of information technology software
  • 72267200 - Repair of information technology software
  • 72416000 - Application service providers
  • 72500000 - Computer-related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Provision of Citizen Services solutions including solution identification, design, development, implementation, software, data take-on, migration, integration and security; user training, maintenance and support.

It includes Library solutions; Democratic and Citizen Engagement Systems; Museums systems; Sports and Recreation systems; Registrar systems; Burials and Crematoria Solutions.

The associated deliverables for Lot 4 are described within Framework Schedule 1 (Specification) of the Framework Contract.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 82

Price - Weighting: 18

two.2.6) Estimated value

Value excluding VAT: £100,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is thirty (30) months, with an option to extend for a further period of up to eighteen (18) months.

CCS reserve the right to extend lots by varying durations

two.2.10) Information about variants

Variants will be accepted: No

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

Blue Light Solutions

Lot No

5

two.2.2) Additional CPV code(s)

  • 48170000 - Compliance software package
  • 48217000 - Transaction-processing software package
  • 48440000 - Financial analysis and accounting software package
  • 48441000 - Financial analysis software package
  • 48442000 - Financial systems software package
  • 48517000 - IT software package
  • 48600000 - Database and operating software package
  • 48610000 - Database systems
  • 48611000 - Database software package
  • 48613000 - Electronic data management (EDM)
  • 48614000 - Data-acquisition system
  • 48780000 - System, storage and content management software package
  • 48900000 - Miscellaneous software package and computer systems
  • 48931000 - Training software package
  • 48983000 - Development software package
  • 71356300 - Technical support services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72200000 - Software programming and consultancy services
  • 72210000 - Programming services of packaged software products
  • 72211000 - Programming services of systems and user software
  • 72212000 - Programming services of application software
  • 72212100 - Industry specific software development services
  • 72212170 - Compliance software development services
  • 72212200 - Networking, Internet and intranet software development services
  • 72212211 - Platform interconnectivity software development services
  • 72212212 - Optical jukebox server software development services
  • 72212422 - Software development services suites
  • 72212517 - IT software development services
  • 72212700 - Software development services utilities
  • 72212900 - Miscellaneous software development services and computer systems
  • 72260000 - Software-related services
  • 72261000 - Software support services
  • 72262000 - Software development services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services
  • 72266000 - Software consultancy services
  • 72267000 - Software maintenance and repair services
  • 72267100 - Maintenance of information technology software
  • 72267200 - Repair of information technology software
  • 72268000 - Software supply services
  • 72416000 - Application service providers
  • 72500000 - Computer-related services
  • 72510000 - Computer-related management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Provision of Blue Light Service-specific solutions including solution identification, design, development, implementation, software, data take-on, migration, integration and security; user training, maintenance and support.

It includes: Crime (Investigation); Intelligence; Case and Custody Applications; Surveillance and Reconnaissance; Forensics; Integrated Command and Control Systems (ICCS); Emergency Response and Crisis Management; Fraud Detection; Digital Asset Management; Recording and Audio-visual; Data Analytics (including Management Information and Business Intelligence); Real-time analytics.

The associated deliverables for Lot 5 are described within Framework Schedule 1 (Specification) of the Framework Contract.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 82

Price - Weighting: 18

two.2.6) Estimated value

Value excluding VAT: £300,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is thirty (30) months, with an option to extend for a further period of up to eighteen (18) months.

CCS reserve the right to extend lots by varying durations

two.2.10) Information about variants

Variants will be accepted: No

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Not Mandatory


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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 000-001257

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 September 2022

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 September 2022

Local time

3:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

As part of this contract notice the following documents can be accessed at:

https://www.contractsfinder.service.gov.uk/Notice/422ee1d2-6ca2-4394-83c4-ad639810febe

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

The number of suppliers to be awarded a Framework Contract for each lot is unlimited. Please refer to Attachment 1 About the Framework, Section 3.

On 2.4.2014 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 should 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

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

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

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