Award

Digital and Legacy Application Services (DALAS) Lots 1, 4a & 4b

CROWN COMMERCIAL SERVICE

This public procurement record has 3 releases in its history.

AwardUpdate

07 May 2024 at 13:26

AwardUpdate

16 Apr 2024 at 10:41

Award

02 Apr 2024 at 14:10

Summary of the contracting process

The Crown Commercial Service, in collaboration with HM Revenue and Customs, has recently completed a procurement process for the Digital and Legacy Application Services (DALAS) framework. The procurement method used was a selective procedure of restricted access split into two phases. The contract value is estimated at £2.8 billion, with a contract period starting on March 5, 2024, and ending on July 24, 2027. This opportunity falls under the main procurement category of IT services, specifically consulting, software development, Internet, and support, making it suitable for businesses operating in the technology sector.

This procurement presents significant growth opportunities for businesses looking to provide IT services within the public sector. The framework agreement opens doors for suppliers to support UK Public Sector Bodies, including Central Government Departments, Local Authorities, Health, Police, and Education. Small and medium-sized enterprises (SMEs) that comply with the technical requirements, such as Cyber Essentials certification, are well-suited to compete for contracts within this framework. Businesses interested in participating should keep an eye on the specific deadlines and requirements outlined in the tender documents.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Digital and Legacy Application Services (DALAS) Lots 1, 4a & 4b

Notice Description

Crown Commercial Service (CCS), working with HM Revenue and Customs (HMRC), has put in place to procure a new Framework Agreement for IT Digital and Legacy Application Services (DALAS). The DALAS framework will 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 has been delivered using one restricted procedure was split into two phases. Phase 1 included Lots 2a, 2b, 3 and 5. Phase 2 includes Lots 1, 4a and 4b. Additional information: The value provided is an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement. 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. CCS reserved the right to award a framework to any bidder whose final score was within 1% of the last position. For Lot 4a, six suppliers were awarded a place as opposed to the number of five as was originally stated in the Contract Notice that was published on 05/10/2022.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-22295424-0a07-423a-adea-2e727ec96833
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/1a0a796f-39f9-4c67-a656-12acfc74e815
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
£2,800,000,000 £1B-£10B
Lots Value
Not specified
Awards Value
£2,800,000,000 £1B-£10B
Contracts Value
Not specified

Notice Dates

Publication Date
7 May 20241 years ago
Submission Deadline
26 Oct 2023Expired
Future Notice Date
Not specified
Award Date
5 Mar 20241 years ago
Contract Period
5 Mar 2024 - 24 Jul 2027 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CROWN COMMERCIAL SERVICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LIVERPOOL
Postcode
L3 9PP
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
Not specified

Local Authority
Liverpool
Electoral Ward
City Centre North
Westminster Constituency
Liverpool Riverside

Supplier Information

Number of Suppliers
1
Supplier Name

A LIST OF SUCCESSFUL SUPPLIERS CAN BE FOUND IN THE ATTACHMENTS A

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-22295424-0a07-423a-adea-2e727ec96833-2024-05-07T14:26:28+01:00",
    "date": "2024-05-07T14:26:28+01:00",
    "ocid": "ocds-b5fd17-22295424-0a07-423a-adea-2e727ec96833",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "RM6335.",
        "title": "Digital and Legacy Application Services (DALAS) Lots 1, 4a & 4b",
        "description": "Crown Commercial Service (CCS), working with HM Revenue and Customs (HMRC), has put in place to procure a new Framework Agreement for IT Digital and Legacy Application Services (DALAS). The DALAS framework will 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 has been delivered using one restricted procedure was split into two phases. Phase 1 included Lots 2a, 2b, 3 and 5. Phase 2 includes Lots 1, 4a and 4b. Additional information: The value provided is an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement. 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. CCS reserved the right to award a framework to any bidder whose final score was within 1% of the last position. For Lot 4a, six suppliers were awarded a place as opposed to the number of five as was originally stated in the Contract Notice that was published on 05/10/2022.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 2800000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2023-10-26T15:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2024-03-05T00:00:00Z",
            "endDate": "2027-07-24T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
            "name": "Crown Commercial Service",
            "identifier": {
                "legalName": "Crown Commercial Service",
                "scheme": "GB-SRS",
                "id": "supplierregistration.cabinetoffice.gov.uk/6sQD8uds"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)",
                "email": "supplier@crowncommercial.gov.uk",
                "telephone": "03454102222"
            },
            "details": {
                "url": "https://www.gov.uk/ccs"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-154223",
            "name": "A list of successful suppliers can be found in the attachments a",
            "identifier": {
                "legalName": "A list of successful suppliers can be found in the attachments a"
            },
            "address": {
                "streetAddress": "A list of successful suppliers can be found in the attachments area"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
        "name": "Crown Commercial Service"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-22295424-0a07-423a-adea-2e727ec96833-1",
            "status": "active",
            "date": "2024-03-05T00:00:00Z",
            "datePublished": "2024-04-02T15:10:43+01:00",
            "value": {
                "amount": 2800000000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-154223",
                    "name": "A list of successful suppliers can be found in the attachments a"
                }
            ],
            "contractPeriod": {
                "startDate": "2024-03-05T00:00:00Z",
                "endDate": "2027-07-24T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/1a0a796f-39f9-4c67-a656-12acfc74e815",
                    "datePublished": "2024-04-02T15:10:43+01:00",
                    "format": "text/html",
                    "language": "en",
                    "dateModified": "2024-05-07T14:26:28+01:00"
                },
                {
                    "id": "2",
                    "documentType": "contractAnnexe",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/4e291d29-e0b0-49d5-97e4-1fef4712b255",
                    "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
                },
                {
                    "id": "3",
                    "documentType": "contractSchedule",
                    "description": "RM6355 Framework Agreement Redacted",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/f99c93e7-5e89-4652-87c4-d6d31329e5e2",
                    "format": "application/zip"
                },
                {
                    "id": "4",
                    "documentType": "contractNotice",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/2b6528aa-0351-4a48-8da1-8127061a36b9",
                    "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
                },
                {
                    "id": "5",
                    "documentType": "awardNotice",
                    "url": "https://www.find-tender.service.gov.uk/Notice/010610-2024"
                },
                {
                    "id": "6",
                    "documentType": "winningBid",
                    "description": "Successful Supplier List",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/fe695dc9-c73c-4765-bb95-7d94f4bfb14f",
                    "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
                }
            ]
        }
    ]
}