Future opportunity

AI and Automation

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

F01: Prior information notice (prior information only)

Notice reference: 2022/S 000-024636

Published 2 September 2022, 12:53pm



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

Email

ai-automation@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

AI and Automation

Reference number

RM6201

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, as the Authority, intends to put in place an agreement for the provision of artificial intelligence and automation for use by Central Government and UK public sector bodies.

It is intended that this commercial agreement will be the recommended vehicle for all artificial intelligence and automation required by UK Central Government Departments.

The lotting structure of this framework will be determined as a result of the market engagement. The indicative lot structure is:

• Lot 1: AI Consultancy Research and Support

• Lot 2: Augmented Decision Making

• Lot 3: Automation

• Lot 4: Natural Language Processing

• Lot 5: Imaging and Computer Vision

Further information is included in the Additional Information section VI.3.

two.1.5) Estimated total value

Value excluding VAT: £200,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72212000 - Programming services of application software
  • 72221000 - Business analysis consultancy services
  • 72243000 - Programming services
  • 72246000 - Systems consultancy services
  • 72262000 - Software development services
  • 72263000 - Software implementation services
  • 72266000 - Software consultancy services
  • 72300000 - Data services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The UK Government is seeking to support public sector adoption of artificial intelligence and automation services by government departments, in compliance with industry standards and guidelines.

The commercial agreement is to be utilised by Central Government Departments and all other UK bodies, including but not limited to Central Government Departments and their agencies, non departmental public bodies, Devolved administrations, NHS Bodies and providers of services to the NHS, local authorities, police, voluntary sector, charities and/or other private organisations acting as managing agents or procuring on behalf of these public sector bodies. The proposed agreement is expected to be a framework agreement. This is to be confirmed within Government following market engagement. The Authority considers that this opportunity may be suitable for economic operators that are Small or Medium Enterprises (SME’s).

two.3) Estimated date of publication of contract notice

20 January 2023


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

This Prior Information Notice is to signal an intention to commence market engagement with those within the artificial intelligence market.

Crown Commercial Service intends to hold market engagement sessions during October with industry experts and suppliers interested in potentially bidding for the resulting framework contract. If you are interested in attending a market engagement session please express your interest by emailing ai-automation@crowncommercial.gov.uk no later than midday on 22 September 2022. Further details will be provided to you.

Your email must clearly state:

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/upcoming for updates and monitor Tenders Electronic Daily for the publication of the contract notice.

https://www.contractsfinder.service.gov.uk/Notice/36511b69-3c2a-438d-903e-b094f3459743

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 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 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 AI and Automation Framework Schedule, “Security Requirement and Plan”, to meet AI and Automation Framework requirements. This will be released at the ITT stage.