Digital and Legacy Application Services (DALAS)

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
£4B
Sector
TECHNOLOGY
Published
05 Oct 2022
Delivery
To 13 Mar 2028 (est.)
Deadline
04 Nov 2022 15:00

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 0 suppliers

Description

Crown Commercial Service (CCS), working with HM Revenue and Customs (HMRC), intends to procure a new Framework Agreement for IT Digital and Legacy Application Services (DALAS). The DALAS framework intends to provide a strategic gateway to support the delivery of future application services and move HMRC toward an application services support model that is less dependent upon legacy technologies. The framework will provide a commercial vehicle to replace existing contractual arrangements that are due to expire between September 2023 and January 2025, and will provide the basis for letting a large proportion of HMRC future application services requirements. The framework will also be available 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. The procurement is being delivered using one restricted procedure split into two phases. Phase 1 includes Lots 2a, 2b, 3 and 5. Phase 2 includes Lots 1, 4a and 4b. Both Phase 1 and Phase 2 will each have a selection stage and an ITT stage. Further information is provided at section VI.3 Additional Information.

Lot Division

1 Transformation and Innovation Services
  • Value: £800M

Key Services: • Capability analysis and support • Enterprise architecture advice, design and delivery support • Operating model assessment, design and delivery support • Strategy assessment, design and delivery • Service, Technical and Solution architecture advice, design, integration and delivery • Project-based design and delivery services • Intelligent client support/technology validation services • Service and product transformation assessment, design and delivery. • Legacy service decommissioning and disposal • Hackathons and Facilitated 'Citizen Coder' sessions Lot 1 is in Phase 2 of the procurement. The deadline for selection stage responses, set out at IV.2.2, applies to Phase 1 and DOES NOT apply to Lot 1. The Phase 2 selection stage is expected to be released in May 2023. Additional information: In Lot 1 a maximum of 10 Bidders will be successful at the selection stage and will progress to the ITT stage. The maximum number of Bidders that progress to the ITT stage may only increase where 2 or more Bidders have tied scores in last successful position (i.e. 10th position).

3 Digital, Application and Integration Run Services
  • Value: £760M

Key Services: • Managing, augmenting and supporting: o new or existing custom applications or BDApps o new or existing enterprise applications o packaged software applications • New or existing middleware, including APIs, API platforms and ESBs • ESCROW services where required • Network-delivered applications • Data, database and middleware management and integration practices, techniques and tooling for achieving consistent access and smart use-case-based recovery to structured and unstructured data across federated technology stacks • Maintenance of infrastructure as code, PaaS and SaaS run and integration via technology or service stacks • Infrastructure as Code Lot 3 is in Phase 1 of the procurement. The deadline for selection stage responses, set out at IV.2.2, applies to Phase 1. Additional information: In Lot 3 a maximum of 10 Bidders will be successful at the selection stage and will progress to the ITT stage. The maximum number of Bidders that progress to the ITT stage may only increase where 2 or more Bidders have tied scores in last successful position (i.e. 10th position).

5 Capability Pipeline Services
  • Value: £200M

Key Services: • Dev-Ops academy • Scala academy • Pega academy • MS Dynamics and Power Platform academy • SAP academy • Service Now academy • Kong academy • TOGAF architecture academy • NICE academy • Rapid upskilling of existing staff Lot 5 is in Phase 1 of the procurement. The deadline for selection stage responses, set out at IV.2.2, applies to Phase 1. Additional information: In Lot 5, a maximum of 10 Bidders will be successful at the selection stage and will progress to the ITT stage. The maximum number of Bidders that progress to the ITT stage may only increase where 2 or more Bidders have tied scores in last successful position (i.e. 10th position). The ITT for Phase 1 is expected to be issued in February 2023.

4 Large Scale Digital, Integration and Programme Development Services
  • Value: £940M

Key Services: • User-centred design • Integration of software lifecycle from apps dev through release and IT Ops • Process, workflow, forms and application development, deployment and live support using automated tooling to support rapid release of stable products and microservices, through discovery, alpha and beta phases, built on Dev/Sec/Ops principles by design. • Dev-Ops engineering and platform development • Rapid forms creation and deployment • Application hyper and enduring care in Dev/Sec/Ops contexts • Multi-supplier strat-hacks and hackathons • Minimum costed supplier workshare commitment to encourage investment and innovation. Lot 2a is in Phase 1 of the procurement. The deadline for selection stage responses, set out at IV.2.2, applies to Phase 1. Additional information: In Lot 2a, a maximum of 10 Bidders will be successful at the selection stage and will progress to the ITT stage. The maximum number of Bidders that progress to the ITT stage may only increase where 2 or more Bidders have tied scores in last successful position (i.e. 10th position).

5 Digital, Integration and Programme Development Services
  • Value: £500M

Key Services: • User-centred design • Integration of software lifecycle from apps dev through release and IT Ops • Process, workflow, forms and application development, deployment and live support using automated tooling to support rapid release of stable products and microservices, through discovery, alpha and beta phases, built on Dev/Sec/Ops principles by design. • Dev-Ops engineering and platform development • Rapid forms creation and deployment • Application hyper and enduring care in Dev/Sec/Ops contexts • Multi-supplier strat-hacks and hackathons • Minimum costed supplier workshare commitment to encourage investment and innovation. Lot 2b is in Phase 1 of the procurement. The deadline for selection stage responses, set out at IV.2.2, applies to Phase 1. Additional information: In Lot 2b, a maximum of 16 Bidders will be successful at the selection stage and will progress to the ITT stage. The maximum number of Bidders that progress to the ITT stage may only increase where 2 or more Bidders have tied scores in last successful position (i.e. 16th position).

6 Multi Product Configuration Services
  • Value: £700M

Key Services: • Specialist support across technology services that exist within the scope of the Lot (e.g. Kong, NICE, Pega, Service Now MS Dynamics, Power Platform, Documentum, AI Services) • Software Licensing validation and or preferential purchasing services • Web Hosting Services where required including PPE/sandpit environments • Configurable platform and product maintenance, support, enhancement and release management services including AI and automation products • Product support during contract lifecycle, product/service creation, development and transformation through configuration of pre-built process maps, work-flows, service designators, use-cases within configurable cloud-based strategic PaaS/SaaS products to form technology stack components with a lower cost to serve profile • Data extraction, translation, transfer, conversion and backup, recovery and disposal within target technologies or dependent products Lot 4a is in Phase 2 of the procurement. The deadline for selection stage responses, set out at IV.2.2, applies to Phase 1 and DOES NOT apply to Lot 4a. The Phase 2 selection stage is expected to be released in May 2023. Additional information: In Lot 4a, a maximum of 10 Bidders will be successful at the selection stage and will progress to the ITT stage. The maximum number of Bidders that progress to the ITT stage may only increase where 2 or more Bidders have tied scores in last successful position (i.e.10th position).

7 Specialist Product Configuration Services
  • Value: £300M

Key Services: • Specialist support across technology services that exist within the scope of the Lot (e.g. Kong, NICE, Pega, Service Now MS Dynamics, Power Platform, Documentum, AI Services) • Software Licensing validation and or preferential purchasing services • Web Hosting Services where required including PPE/sandpit environments • Configurable platform and product maintenance, support, enhancement and release management services including AI and automation products • Product support during contract lifecycle, product/service creation, development and transformation through configuration of pre-built process maps, work-flows, service designators, use-cases within configurable cloud-based strategic PaaS/SaaS products to form technology stack components with a lower cost to serve profile • Data extraction, translation, transfer, conversion and backup, recovery and disposal within target technologies or dependent products Lot 4b is in Phase 2 of the procurement. The deadline for selection stage responses, set out at IV.2.2, applies to Phase 1 and DOES NOT apply to Lot 4b. The Phase 2 selection stage is expected to be released in May 2023. Additional information: In Lot 4b, a maximum of 10 Bidders will be successful at the selection stage and will progress to the ITT stage. The maximum number of Bidders that progress to the ITT stage may only increase where 2 or more Bidders have tied scores in last successful position (i.e. 10th position).

Award Criteria

Quality 75
price 25

CPV Codes

  • 72000000 - IT services: consulting, software development, Internet and support
  • 80000000 - Education and training services

Indicators

  • An E-Catalogue is required.
  • Restrictions apply to the lot award allocation.
  • This is a one-off contract (no recurrence)
  • Renewals are available.
  • Professional qualifications are sought.
  • Participation is restricted sheltered workshops.

Other Information

** 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/69d87a67-87df-4cf0-8ce1-96bce5... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. 4) Tender documents … The deadline set out at IV.2.2, applies to Phase 1 (Lot 2a, Lot 2b, Lot 3 and Lot 5) selection stage responses. The ITT for Phase 1 is expected to be released in February 2023. The Phase 2 Selection Stage bid pack is expected to be published in May 2023 and this will include the Phase 2 timetable. Bidders must monitor the Contract Notice for this competition (published on Find a Tender service https://www.gov.uk/find-tender) and the CCS upcoming deals page (www.crowncommercial.gov.uk/agreements/RM6335) for updates on Phase 2. We will notify the market when the selection stage for Phase 2 is launched by publishing a corrigendum to this Contract Notice and via a notification on the CCS upcoming deals page. Lots in Phase 1 will be awarded before lots in Phase 2. However, ALL lots will expire at the same time (i.e. the term of the Framework Agreement (all lots) will be 4 years from the award of the Phase 1 lots) irrespective of when Phase 2 lots are awarded. In Lot 1, Lot 2a, Lot 3, Lot 4a, Lot 4b and Lot 5, 5 Bidders will be awarded a framework following the applicable ITT stage. In Lot 2b, 8 Bidders will be awarded a framework following the applicable ITT stage. At the ITT stage for both Phase 1 and Phase 2, CCS reserves the right, in each Lot, to award a framework to any Bidder whose final score is within 1% of the last awarded position. In both Phase 1 and Phase 2, the required bid validity period for the ITT stage will be set out in the ITT documents for each Phase. 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. 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 selection stage bid pack). 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.

Reference

Domains