Opportunity

National Fraud Initiative (NFI) Data Matching Services

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

F02: Contract notice

Notice reference: 2023/S 000-028877

Published 29 September 2023, 4:58pm



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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

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

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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Internet address

https://www.gov.uk/ccs