Awarded contract

N/A

  • Ministry of Justice

F03: Contract award notice

Notice reference: 2023/S 000-027402

Published 15 September 2023, 4:27pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Email

CCMD_DandT_and_PS_Commercial_Support_Requests@justice.gov.uk

Telephone

+44 02033343555

Country

United Kingdom

NUTS code

UK - United Kingdom

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.justice.gov.uk

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

N/A

Reference number

prj_9910

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

The supply of Application maintainence and support services.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £60,340,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Nationally to include MoJ headquarters, HM Courts and tribunals

two.2.4) Description of the procurement

o provide:

i) application maintenance and support for ~35 business-critical applications the majority of

which are used by HM Courts and Tribunal Service; and

ii) potential application development and enhancement services, as and when required. The

applications vary in size, complexity, component technologies, user numbers, interfaces with

other applications, security requirements, service and support hours, business criticality and

hosting arrangements. Most of the applications are classed as "heritage applications" due to

their age. Many are business critical case management or case progression systems used by

the courts and are typically complex and bespoke. Applications may be removed from scope

as they are retired or replaced under new supplier arrangements.

two.2.5) Award criteria

Price

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

Award of a contract without prior publication of a call for competition in the cases listed below

  • The services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons

Explanation:

The authority relies on Regulation 32(2)(b)(ii) (Use of negotiated procedure without prior

publication) of the Public Contracts Regulations 2015 namely: the services can only be

provided by a particular economic operator, the incumbent supplier (CGI IT UK Limited), who

has been providing the services forming the subject matter of this contract under a contract

with the authority for the last 8 years three months which is due to expire on 31.08.23,

because competition is absent for technical reasons, and no reasonable alternative

substitute exists and the absence of competition is not the result of an artificial narrowing

down of the parameters of the procurement for the following reasons.

(a) no other supplier has the necessary technical knowledge and experience to provide the

services, because:

i) most of the applications are bespoke and 'heritage applications' with many over 18 years

old. The heritage applications are difficult to maintain because of their age and complexity

and the extent to which they have been changed over the years and require very specialist

technical knowledge and experience, e.g. skills/experience in using aged programming

languages such as Fortran, COBOL, Pascal and C. The number of people with the skills,

knowledge and experience to maintain and/or enhance them is limited outside CGI, which

has developed significant knowledge and experience of how the applications were built and

developed and how they operate and interface with each other; and

ii) delivering the services relies on non-live development and test environments, and

management access to the live environments, both to provide ongoing support and to

undertake application development/enhancement. For a replacement supplier to provide

the services, they would need access to the same/equivalent existing non-live development

and test environments. To build and implement equivalent development and test

environments would take around 12 months and be challenging, expensive and risky without

the necessary application knowledge/experience. A replacement supplier would additionally

need to establish infrastructure, connectivity and processes to allow secure management

access to the live environments, e.g. to investigate maintenance issues or for boarding

purposes i.e. to deploy new applications/code.

(b) even if it was theoretically possible that another supplier(s) did have the necessary

technical knowledge/experience, which the authority does not consider to be the case, it is

estimated to take a minimum of 18-24 months for a procurement to be run and any

replacement supplier(s) to be able to deliver the services (6 to 12 months to run a

competition to award to another supplier depending on the route/process and around 12

months to transition) whereas the services are required from 01.09.2023.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-023462


Section five. Award of contract

Title

Application Maintenance and Support Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

25 August 2023

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

CGI Uk ltd

20 Fenchurch Street, 14th Floor

London

EC3M 3BY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00947968

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £60,340,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 13 %

Short description of the part of the contract to be subcontracted

Support and maintenance of applications.


Section six. Complementary information

six.3) Additional information

The initial term of the contract is for 12 months with an option to extend for a further period of 12 months. The contract enables the authority to terminate services at its convenience and partially and it is envisaged that a number of applications will be removed from scope over the term as they are retired/replaced and as in-house software delivery capability is developed. The authority intends to commence a competitive procurement process for the maintenance/support of the remaining applications during the initial term.

The estimated maximum contract value for this contract (£60,340,000 GBP) is based on estimated service charges of £31,200,000 GBP with the remaining value discretionary spend on potential project work, and assumes the option to extend the term is exercised. The project work is optional and is not guaranteed, the extension may not be necessary, and applications may be removed from scope over the term, so the actual cost of this contract may be lower than the estimated maximum contract value.

six.4) Procedures for review

six.4.1) Review body

High Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom