Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/1a0a796f-39f9-4c67-a656-12acfc74e815
7th May 2024 - Awarded contract notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/f99c93e7-5e89-4652-87c4-d6d31329e5e2
RM6355 Framework Agreement Redacted
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}
]
}
]
}