- Scope of the procurement
- Lot 1. Transformation and Innovation Services
- Lot 2a. Large Scale Digital, Integration and Programme Development Services
- Lot 2b. Digital, Integration and Programme Development Services
- Lot 3. Digital, Application and Integration Run Services
- Lot 4a. Multi Product Configuration Services
- Lot 4b. Specialist Product Configuration Services
- Lot 5. Capability Pipeline Services
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
dalasmailbox@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
Access to the procurement documents is restricted. Further information can be obtained 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
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.
The procurement is being delivered using one restricted procedure split into two phases. Phase 1 includes Lots 2a, 2b, 3 and 5. Phase 2 includes Lots 1, 4a and 4b. Both Phase 1 and Phase 2 will each have a selection stage and an ITT stage.
Further information is provided at section VI.3 Additional Information.
two.1.5) Estimated total value
Value excluding VAT: £4,200,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 7
two.2) Description
two.2.1) Title
Transformation and Innovation Services
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
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
Lot 1 is in Phase 2 of the procurement. The deadline for selection stage responses, set out at IV.2.2, applies to Phase 1 and DOES NOT apply to Lot 1. The Phase 2 selection stage is expected to be released in May 2023.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75
Price - Weighting: 25
two.2.6) Estimated value
Value excluding VAT: £800,000,000
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 4 years, with no option to extend.
CCS reserve the right to extend lots by varying durations
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
The objective criteria for deciding which Bidders shall progress to the ITT stage for Phase 2 shall be set out in the Phase 2 Selection Stage bid pack that is expected to be released in May 2023.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.2.14) Additional information
In Lot 1 a maximum of 10 Bidders will be successful at the selection stage and will progress to the ITT stage. The maximum number of Bidders that progress to the ITT stage may only increase where 2 or more Bidders have tied scores in last successful position (i.e. 10th position).
two.2) Description
two.2.1) Title
Large Scale Digital, Integration and Programme Development Services
Lot No
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.
Lot 2a is in Phase 1 of the procurement. The deadline for selection stage responses, set out at IV.2.2, applies to Phase 1.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75
Price - Weighting: 25
two.2.6) Estimated value
Value excluding VAT: £940,000,000
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 4 years, with no option to extend.
CCS reserve the right to extend lots by varying durations
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
The objective criteria for deciding which Bidders shall progress to the ITT stage for Phase 1 is set out in the Phase 1 Selection Stage bid pack. Details on how to access the bid pack are set out in section VI.3 Addition Information.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.2.14) Additional information
In Lot 2a, a maximum of 10 Bidders will be successful at the selection stage and will progress to the ITT stage. The maximum number of Bidders that progress to the ITT stage may only increase where 2 or more Bidders have tied scores in last successful position (i.e. 10th position).
two.2) Description
two.2.1) Title
Digital, Integration and Programme Development Services
Lot No
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.
Lot 2b is in Phase 1 of the procurement. The deadline for selection stage responses, set out at IV.2.2, applies to Phase 1.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75
Price - Weighting: 25
two.2.6) Estimated value
Value excluding VAT: £500,000,000
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 4 years, with no option to extend.
CCS reserve the right to extend lots by varying durations
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 16
Objective criteria for choosing the limited number of candidates:
The objective criteria for deciding which Bidders shall progress to the ITT stage for Phase 1 is set out in the Phase 1 Selection Stage bid pack. Details on how to access the bid pack are set out in section VI.3 Additional Information.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.2.14) Additional information
In Lot 2b, a maximum of 16 Bidders will be successful at the selection stage and will progress to the ITT stage. The maximum number of Bidders that progress to the ITT stage may only increase where 2 or more Bidders have tied scores in last successful position (i.e. 16th position).
two.2) Description
two.2.1) Title
Digital, Application and Integration Run Services
Lot No
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
Lot 3 is in Phase 1 of the procurement. The deadline for selection stage responses, set out at IV.2.2, applies to Phase 1.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75
Price - Weighting: 25
two.2.6) Estimated value
Value excluding VAT: £760,000,000
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 4 years, with no option to extend.
CCS reserve the right to extend lots by varying durations
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
The objective criteria for deciding which Bidders shall progress to the ITT stage for Phase 1 is set out in the Phase 1 Selection Stage bid pack. Details on how to access the bid pack are set out in section VI.3 Additional Information.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.2.14) Additional information
In Lot 3 a maximum of 10 Bidders will be successful at the selection stage and will progress to the ITT stage. The maximum number of Bidders that progress to the ITT stage may only increase where 2 or more Bidders have tied scores in last successful position (i.e. 10th position).
two.2) Description
two.2.1) Title
Multi Product Configuration Services
Lot No
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
Lot 4a is in Phase 2 of the procurement. The deadline for selection stage responses, set out at IV.2.2, applies to Phase 1 and DOES NOT apply to Lot 4a. The Phase 2 selection stage is expected to be released in May 2023.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75
Price - Weighting: 25
two.2.6) Estimated value
Value excluding VAT: £700,000,000
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 4 years, with no option to extend.
CCS reserve the right to extend lots by varying durations
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
The objective criteria for deciding which Bidders shall progress to the ITT stage for Phase 2 shall be set out in the Phase 2 Selection Stage bid pack that is expected to be released in May 2023.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.2.14) Additional information
In Lot 4a, a maximum of 10 Bidders will be successful at the selection stage and will progress to the ITT stage. The maximum number of Bidders that progress to the ITT stage may only increase where 2 or more Bidders have tied scores in last successful position (i.e.10th position).
two.2) Description
two.2.1) Title
Specialist Product Configuration Services
Lot No
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
Lot 4b is in Phase 2 of the procurement. The deadline for selection stage responses, set out at IV.2.2, applies to Phase 1 and DOES NOT apply to Lot 4b. The Phase 2 selection stage is expected to be released in May 2023.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75
Price - Weighting: 25
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 4 years, with no option to extend.
CCS reserve the right to extend lots by varying durations
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
The objective criteria for deciding which Bidders shall progress to the ITT stage for Phase 2 shall be set out in the Phase 2 Selection Stage bid pack that is expected to be released in May 2023.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.2.14) Additional information
In Lot 4b, a maximum of 10 Bidders will be successful at the selection stage and will progress to the ITT stage. The maximum number of Bidders that progress to the ITT stage may only increase where 2 or more Bidders have tied scores in last successful position (i.e. 10th position).
two.2) Description
two.2.1) Title
Capability Pipeline Services
Lot No
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 upskilling of existing staff
Lot 5 is in Phase 1 of the procurement. The deadline for selection stage responses, set out at IV.2.2, applies to Phase 1.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75
Price - Weighting: 25
two.2.6) Estimated value
Value excluding VAT: £200,000,000
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 4 years with no option to extend.
CCS reserve the right to extend lots by varying durations
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
The objective criteria for deciding which Bidders shall progress to the ITT stage for Phase 1 is set out in the Phase 1 Selection Stage bid pack. Details on how to access the bid pack are set out in section VI.3 Additional Information.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.2.14) Additional information
In Lot 5, a maximum of 10 Bidders will be successful at the selection stage and will progress to the ITT stage. The maximum number of Bidders that progress to the ITT stage may only increase where 2 or more Bidders have tied scores in last successful position (i.e. 10th position). The ITT for Phase 1 is expected to be issued in February 2023.
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.1.5) Information about reserved contract
The execution of the contract is restricted to the framework of sheltered employment programmes
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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 000-022283
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 November 2022
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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/69d87a67-87df-4cf0-8ce1-96bce53bd1b3
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
4) Tender documents
The procurement is being delivered using one restricted procedure split into two phases. Phase 1 includes Lots 2a, 2b, 3 and 5. Phase 2 includes Lots 1, 4a and 4b. Both Phase 1 and Phase 2 will each have a selection stage and an ITT stage.
The deadline set out at IV.2.2, applies to Phase 1 (Lot 2a, Lot 2b, Lot 3 and Lot 5) selection stage responses.
The ITT for Phase 1 is expected to be released in February 2023.
The Phase 2 Selection Stage bid pack is expected to be published in May 2023 and this will include the Phase 2 timetable.
Bidders must monitor the Contract Notice for this competition (published on Find a Tender service https://www.gov.uk/find-tender) and the CCS upcoming deals page (www.crowncommercial.gov.uk/agreements/RM6335) for updates on Phase 2. We will notify the market when the selection stage for Phase 2 is launched by publishing a corrigendum to this Contract Notice and via a notification on the CCS upcoming deals page.
Lots in Phase 1 will be awarded before lots in Phase 2. However, ALL lots will expire at the same time (i.e. the term of the Framework Agreement (all lots) will be 4 years from the award of the Phase 1 lots) irrespective of when Phase 2 lots are awarded.
In Lot 1, Lot 2a, Lot 3, Lot 4a, Lot 4b and Lot 5, 5 Bidders will be awarded a framework following the applicable ITT stage. In Lot 2b, 8 Bidders will be awarded a framework following the applicable ITT stage.
At the ITT stage for both Phase 1 and Phase 2, CCS reserves the right, in each Lot, to award a framework to any Bidder whose final score is within 1% of the last awarded position.
In both Phase 1 and Phase 2, the required bid validity period for the ITT stage will be set out in the ITT documents for each Phase.
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.
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 selection stage bid pack). 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.
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
dalasmailbox@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom