Big Data & Analytics
A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE
- Source
- Find a Tender
- Type
- Framework (Services)
- Duration
- 4 year
- Value
- £-£2B
- Sector
- TECHNOLOGY
- Published
- 04 Nov 2021
- Delivery
- To 17 Nov 2025 (est.)
- Deadline
- 08 Dec 2021 15:00
Concepts
Location
United Kingdom:
1 buyer
Description
Crown Commercial Service (CCS) as the Authority intends to 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. It is intended that this commercial agreement will be 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 will offer a central route to market for all Big Data & Analytics requirements.
Lot Division
1 | Design, Build and Run 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. |
2 | Commercial Off The Shelf (COTS) Software 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. |
Renewal Options
The initial duration of the Framework is 2 years, with an option to extend for a further two periods of 1 year (2+1+1). CCS reserve the right to extend lots by varying durations
Award Criteria
Quality | 70% |
price | 30% |
CPV Codes
- 72310000 - Data-processing services
- 72000000 - IT services: consulting, software development, Internet and support
- 48000000 - Software package and information systems
Indicators
- Restrictions apply to the lot award allocation.
- This is a one-off contract (no recurrence)
- Renewals are available.
- Professional qualifications are sought.
Other Information
By offering a range of buying options and pricing mechanisms, it will enable competitive and agile procurements across a specialist pool of suppliers. Its scope will support 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. ** PREVIEW NOTICE, please check Find a Tender for full details. ** As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/584e81fd-efa1-47c8-a673-3b33a6... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. On 2.4.2014 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 should 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 must be able 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. CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position. 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.
Reference
- ocds-h6vhtk-02dca0
- FTS 027759-2021