Notice Information
Notice Title
Digital and Legacy Application Services (DALAS)
Notice 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. Additional information: 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. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. 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
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-734bae3e-58f2-4452-ad90-1a2353d21f85
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/69d87a67-87df-4cf0-8ce1-96bce53bd1b3
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
80 - Education and training services
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
80000000 - Education and training services
Notice Value(s)
- Tender Value
- £4,200,000,000 £1B-£10B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 Oct 20223 years ago
- Submission Deadline
- 4 Nov 2022Expired
- Future Notice Date
- 16 Sep 2022Expired
- Award Date
- Not specified
- Contract Period
- 24 Jul 2023 - 24 Jul 2027 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- 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/69d87a67-87df-4cf0-8ce1-96bce53bd1b3
14th October 2022 - Opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/0d19975c-e331-4da7-94e5-1ad2d08734ac
12th August 2022 - Future opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/7ec043ee-1292-4463-b00d-6f7a3e907632
Attachment 1 - About the Framework v1.0 -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/16b9fe10-cf9e-4369-bbc1-c2acb50d8e5f
Attachment 2 - How to Bid v1.0 -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/5e1a0600-c265-4827-9c70-e4529ba0804b
Attachment 2a Selection Questionnaire -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/bcd00818-0d6f-465e-bb7e-0df5e4e1604f
Attachment 2b.i Relevant and Principle Services Template v1 -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/ab469638-6cac-4cca-9214-236ed35872cd
Attachment 2b.ii Relevant Principle Services Certificate of Performance v1 -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/69aa1c87-cc20-4088-9f12-aeefe507d3e9
Attachment 2c - Lot 2a Certificate of Past Performance v1 -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/fdaccb52-ca30-4a83-96e3-fc5c5a63ae55
Attachment 2d - Lot 2b Certificate of Past Performance v1 -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/18ec5567-4b85-4d85-89da-dcbd3ae6e9c6
Attachment 2e - Lot 3 Certificate of Past Performance v1 -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/f5018a43-a20a-4feb-b67a-f3f6cc1add5f
Attachment 2f - Lot 5 Certificate of Past Performance v1 -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/fb973bae-3de2-4b40-9e8a-265cab8f7d73
Attachment 2g PPN 06_21 Carbon Reduction Plan template -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/4c0edd00-95d8-4c68-8469-32d9848a5e18
Attachment 3 Frequently Asked Questions v1 -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/1f5b85b4-8e8c-4887-be49-2d41f1327714
Attachment 4 Information and declaration workbook v1 -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/67c87347-6651-4ce8-aafb-48828ade8333
Attachment 5 Financial Viability Risk Assessment Guidance v1 -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/0b45b9d7-e913-4b7a-b9d5-fca160529ac9
Attachment 5a - Gold FVRA Tool v1 - RM6335 DALAS -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/059bba97-d7de-47cc-83cc-70ea6a870aef
Attachment 6 Consortia details v1 -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/bffd37d7-7342-4eec-a52e-e66976bbb027
Attachment 7 Key subcontractor details v.1
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-b5fd17-734bae3e-58f2-4452-ad90-1a2353d21f85-2022-10-14T15:45:47+01:00",
"date": "2022-10-14T15:45:47+01:00",
"ocid": "ocds-b5fd17-734bae3e-58f2-4452-ad90-1a2353d21f85",
"language": "en",
"initiationType": "tender",
"planning": {
"budget": {
"budgetBreakdown": [
{
"id": "1",
"period": {
"startDate": "2023-04-01T00:00:00+01:00",
"endDate": "2024-03-31T23:59:59+01:00"
},
"description": "2023/2024",
"amount": {
"amount": 1125000000,
"currency": "GBP"
}
},
{
"id": "2",
"period": {
"startDate": "2024-04-01T00:00:00+01:00",
"endDate": "2025-03-31T23:59:59+01:00"
},
"description": "2024/2025",
"amount": {
"amount": 1125000000,
"currency": "GBP"
}
},
{
"id": "3",
"period": {
"startDate": "2025-04-01T00:00:00+01:00",
"endDate": "2026-03-31T23:59:59+01:00"
},
"description": "2025/2026",
"amount": {
"amount": 1125000000,
"currency": "GBP"
}
},
{
"id": "4",
"period": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2027-03-31T23:59:59+01:00"
},
"description": "2026/2027",
"amount": {
"amount": 1125000000,
"currency": "GBP"
}
}
]
},
"documents": [
{
"id": "1",
"documentType": "plannedProcurementNotice",
"description": "Future opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/0d19975c-e331-4da7-94e5-1ad2d08734ac",
"datePublished": "2022-08-12T12:27:16+01:00",
"format": "text/html",
"language": "en",
"dateModified": "2022-08-12T12:59:47+01:00"
},
{
"id": "2",
"documentType": "tenderNotice",
"url": "https://www.find-tender.service.gov.uk/Notice/022283-2022"
}
]
},
"tender": {
"id": "RM6335",
"title": "Digital and Legacy Application Services (DALAS)",
"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. Additional information: 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. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. 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",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "United Kingdom"
},
{
"countryName": "United Kingdom"
},
{
"countryName": "United Kingdom"
},
{
"countryName": "United Kingdom"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 4200000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure (above threshold)",
"communication": {
"futureNoticeDate": "2022-09-16T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2023-07-25T00:00:00+01:00",
"endDate": "2027-07-24T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"datePublished": "2022-10-05T16:17:55+01:00",
"tenderPeriod": {
"endDate": "2022-11-04T15:00:00Z"
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/69d87a67-87df-4cf0-8ce1-96bce53bd1b3",
"datePublished": "2022-10-05T16:17:55+01:00",
"format": "text/html",
"language": "en",
"dateModified": "2022-10-14T15:45:47+01:00"
},
{
"id": "2",
"documentType": "contractAnnexe",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/a876f950-5a9d-4384-8b23-df26a5e6310c",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "3",
"documentType": "contractNotice",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/17960405-e228-4582-aded-a24380716df4",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "4",
"documentType": "contractNotice",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/8e91e6be-fc99-4378-91d7-90bcf6522786",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "5",
"documentType": "biddingDocuments",
"description": "Attachment 1 - About the Framework v1.0",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/7ec043ee-1292-4463-b00d-6f7a3e907632",
"format": "application/pdf"
},
{
"id": "6",
"documentType": "biddingDocuments",
"description": "Attachment 2 - How to Bid v1.0",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/16b9fe10-cf9e-4369-bbc1-c2acb50d8e5f",
"format": "application/pdf"
},
{
"id": "7",
"documentType": "biddingDocuments",
"description": "Attachment 2a Selection Questionnaire",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/5e1a0600-c265-4827-9c70-e4529ba0804b",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "8",
"documentType": "biddingDocuments",
"description": "Attachment 2b.i Relevant and Principle Services Template v1",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/bcd00818-0d6f-465e-bb7e-0df5e4e1604f",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "9",
"documentType": "biddingDocuments",
"description": "Attachment 2b.ii Relevant Principle Services Certificate of Performance v1",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/ab469638-6cac-4cca-9214-236ed35872cd",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "10",
"documentType": "biddingDocuments",
"description": "Attachment 2c - Lot 2a Certificate of Past Performance v1",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/69aa1c87-cc20-4088-9f12-aeefe507d3e9",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "11",
"documentType": "biddingDocuments",
"description": "Attachment 2d - Lot 2b Certificate of Past Performance v1",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/fdaccb52-ca30-4a83-96e3-fc5c5a63ae55",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "12",
"documentType": "biddingDocuments",
"description": "Attachment 2e - Lot 3 Certificate of Past Performance v1",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/18ec5567-4b85-4d85-89da-dcbd3ae6e9c6",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "13",
"documentType": "biddingDocuments",
"description": "Attachment 2f - Lot 5 Certificate of Past Performance v1",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/f5018a43-a20a-4feb-b67a-f3f6cc1add5f",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "14",
"documentType": "biddingDocuments",
"description": "Attachment 2g PPN 06_21 Carbon Reduction Plan template",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/fb973bae-3de2-4b40-9e8a-265cab8f7d73",
"format": "application/vnd.oasis.opendocument.text"
},
{
"id": "15",
"documentType": "biddingDocuments",
"description": "Attachment 3 Frequently Asked Questions v1",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/4c0edd00-95d8-4c68-8469-32d9848a5e18",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "16",
"documentType": "biddingDocuments",
"description": "Attachment 4 Information and declaration workbook v1",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/1f5b85b4-8e8c-4887-be49-2d41f1327714",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "17",
"documentType": "biddingDocuments",
"description": "Attachment 5 Financial Viability Risk Assessment Guidance v1",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/67c87347-6651-4ce8-aafb-48828ade8333",
"format": "application/pdf"
},
{
"id": "18",
"documentType": "biddingDocuments",
"description": "Attachment 5a - Gold FVRA Tool v1 - RM6335 DALAS",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/0b45b9d7-e913-4b7a-b9d5-fca160529ac9",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "19",
"documentType": "biddingDocuments",
"description": "Attachment 6 Consortia details v1",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/059bba97-d7de-47cc-83cc-70ea6a870aef",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "20",
"documentType": "biddingDocuments",
"description": "Attachment 7 Key subcontractor details v.1",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/bffd37d7-7342-4eec-a52e-e66976bbb027",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "21",
"documentType": "contractNotice",
"url": "https://www.find-tender.service.gov.uk/Notice/028003-2022"
},
{
"id": "22",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/dfc5c098-dab7-47be-9a68-f697cf73ce1f",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "23",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/dbac81c0-4fdf-42bd-aec0-265f559c3567",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "24",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/374a6801-d50b-4668-bdf4-51d849fab251",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "25",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/ad6c44cd-d7c8-4671-b876-aca465dbe6be",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
}
]
},
"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, Capital Building, Old Hall Street",
"locality": "Liverpool",
"postalCode": "L3 9PP",
"countryName": "England"
},
"contactPoint": {
"email": "dalasmailbox@crowncommercial.gov.uk",
"telephone": "+44 3450103503",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)"
},
"details": {
"url": "https://www.gov.uk/ccs"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
"name": "Crown Commercial Service"
}
}