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.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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £7,500,000
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.2.11) 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
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
four.1.6) Information about electronic auction
An electronic auction will be used
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 000-028877
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 July 2024
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
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: £7,500,000
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/2626359f-1df1-437c-b47c-af88e4c26e6e
1) Redacted Commercial Agreement
2) List of Successful Suppliers
3) 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.
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
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
Country
United Kingdom