Contract

National Fraud Initiative (NFI) Data Matching Services

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

F03: Contract award notice

Notice identifier: 2024/S 000-036190

Procurement identifier (OCID): ocds-h6vhtk-03eaea

Published 8 November 2024, 9:07am



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

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

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

https://www.gov.uk/ccs

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