Awarded contract

Big Data & Analytics

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

F03: Contract award notice

Notice reference: 2022/S 000-029667

Published 20 October 2022, 5:22pm



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

supplier@crowncommercial.gov.uk

Telephone

+44 3150103503

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.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

Big Data & Analytics

Reference number

RM6195

two.1.2) Main CPV code

  • 72310000 - Data-processing services

two.1.3) Type of contract

Services

two.1.4) Short description

Crown Commercial Service (CCS) as the Authority has put in place a Pan Government Collaborative Agreement for the provision of Big Data & Analytics 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. This commercial agreement is the recommended vehicle for all Big Data & Analytics required by UK Central Government Departments.

Big Data and Analytics is an emerging and evolving capability, with its prominence heightened by COVID. It is fast becoming recognised as business critical and a core business function, with many Government Departments now including Chief Data Officers. The National Data Strategy and implementation of its missions reinforce the requirement to access and interrogate Government data more effectively to improve public services.

This framework offers a central route to market for all Big Data & Analytics requirements. By offering a range of buying options and pricing mechanisms, it enables competitive and agile procurements across a specialist pool of suppliers. Its scope supports a range of needs, from individual niche work packages to complete data service transformations and new service builds (Lot 1); also, a comprehensive menu of related COTS software offerings (Lot 2). The supplier ecosystem created by the framework is designed to grow internal capabilities and reduce recognised skills gaps,supporting the creation of intelligent BD&A functions across the UK Public Sector.

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

two.1.6) Information about lots

This contract is divided into lots: Yes

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

Value excluding VAT: £2,000,000,000

two.2) Description

two.2.1) Title

Design, Build and Run

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

Design, Build & Run Services - provision of ‘design, build and run’ big data and analytics services across one or more of the six defined capabilities: advanced analytics and cognitive, data management and acquisition; data risking; platform services; reporting and dashboards; and search and discovery services.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

two.2) Description

two.2.1) Title

Commercial Off The Shelf (COTS) Software

Lot No

2

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Commercial Off-The-Shelf (COTS) Software - provision of COTS software specifically for big data and analytics capabilities, available as either on-prem, cloud, or hybrid, across one or more of five defined capabilities: big data management; data mining, risking and science; machine learning & Artificial Intelligence; reporting & analytics; and search and data discovery.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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: 2021/S 000-027759

four.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

20 September 2022

five.2.2) Information about tenders

Number of tenders received: 165

Number of tenders received from SMEs: 97

Number of tenders received by electronic means: 165

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

five.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street.

Liverpool

L3 9PP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Total value of the contract/lot: £2,000,000,000


Section six. Complementary information

six.3) Additional information

The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.

As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/Start/8f304ac6-918a-4d2d-b744-d14e51fc0968

1) Redacted Commercial Agreement

2) List of Successful Suppliers

3) Approved Customer list

4) Transparency Agenda

On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

PLEASE NOTE:

On 30 June 2021, any certificate issued under the old scheme will expire.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

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 invitation to tender documentation). 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.

For Lot 1, 29 suppliers were awarded a place in accordance with the procedure for awarding places on the Framework, as set out in the procurement documents published on Contracts Finder on 05 November 2021, following publication of the Contract Notice that was published on 04 November 2021. For Lot 1, CCS reserved the right to award a framework to any bidder whose final score was within 1% of the last position. In accordance with this, 2 of the 29 places were awarded under this right. For the avoidance of doubt, the 1% rule was not applicable to Lot 2.

In accordance with the published procurement documents, CCS reserved the right to make any changes to the timetable of the competition:

Lot 2 awards were made on 09 August 2022.

Lot 1 awards were made on 20 September 2022

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 3450103503

Country

United Kingdom