Section one: Contracting authority
one.1) Name and addresses
The Minister for the Cabinet Office acting through agent Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
Region 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
National Fraud Initiative (NFI) Data Matching Services
Reference number
RM6357
two.1.2) Main CPV code
- 48600000 - Database and operating software package
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Cabinet Office requires a managed service to deliver all aspects of National Fraud Initiative (NFI) in an environment that meets the Cabinet Office security requirements and is accredited against relevant Government Information Assurance Standards. The supplier will work in partnership with the Cabinet Office to jointly drive innovation and continual programme development. Innovation and embracing new technology to evolve the NFI, as well as interoperability with other services, will be key.
two.1.5) Estimated total value
Value excluding VAT: £7,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48610000 - Database systems
- 48611000 - Database software package
- 48612000 - Database-management system
- 48613000 - Electronic data management (EDM)
- 48614000 - Data-acquisition system
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Cabinet Office requires a managed service to deliver all aspects of National Fraud Initiative (NFI) in an environment that meets the Cabinet Office security requirements and is accredited against relevant Government Information Assurance Standards. The supplier will be expected to ensure that the system is updated in line with future Government security standards and future changes to data protection legislation. The NFI is a complex project requiring expertise, flexibility and close collaboration. The supplier will be required to work in partnership with the Cabinet Office to jointly drive innovation and continual programme development. For example, developing enhanced data matching/analytics techniques, overcoming specific data related problems, contacting participants needing support and developing enhanced functionality for the NFI web application. Innovation and embracing new technology to evolve the NFI, as well as interoperability with other services, will be key. The value of the opportunity is up to £7.5 Million across 81 months (initial duration of the contract is for 57 months, with an option to extend for 24 months). Of this figure £4 Million is Core Spend with £3.5 Million as the Gross Revenue from the Gainshare. The Gross Revenue element will be split with the NFI.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75
Price - Weighting: 25
two.2.6) Estimated value
Value excluding VAT: £7,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
81
This contract is subject to renewal
Yes
Description of renewals
The contract will be subject to renewal at the end of this award on the assumption that the Government policy in the area of Fraud is a longer term requirement come 2030.
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 participate (ITP) 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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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 a single operator
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: 2023/S 000-021846
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 October 2023
Local time
3:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
3 November 2023
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
Tender must be valid until: 27 March 2024
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/34bf7333-3bc4-4be2-90f2-d4de699b49eb
The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business.
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.
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
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom