Award

Consular Integrated Case Management

FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE

This public procurement record has 1 release in its history.

Award

23 Oct 2023 at 18:47

Summary of the contracting process

The Foreign Commonwealth and Development Office (FCDO) awarded a contract to NTT Data UK for the delivery of an Integrated Case Management system, including COTS product configuration and ongoing support. The contract, titled "Consular Integrated Case Management," falls under the IT services category and is located in London, United Kingdom. The procurement method was selective, with a call-off from a framework agreement. The tender period ended on 29th September 2021, and the contract period runs from 28th June 2022 to 27th September 2026.

This contract presents opportunities for businesses in the IT services industry, especially those experienced in consulting, software development, and support. Small and medium-sized enterprises (SMEs) could find this tender particularly suitable. The inclusion of new business needs requiring additional services means that there may be possibilities for sub-contracting or collaborating with the awarded supplier, NTT Data UK, to provide complementary services. Businesses with expertise in interoperability solutions and a track record in managing complex IT projects may be well-suited to compete for potential future variations or extensions of this contract.

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

Consular Integrated Case Management

Notice Description

Call Off Contract awarded under Framework Contract RM3821 Lot 1b: Workflow and Case Management Solutions Additional information: The following variations have been made since award; Nature and extent of the modifications (with indication of possible earlier changes to the contract): Variation 1 - Correction of incorrect contract end date Variation 2 - Add business change capability required for the successful implementation of ICM. Variation 3 - Add further business change capability required for the successful implementation of Orbit, previously known as ICM. Variation 4 - Additional licences required. Variation 5 - Described below. Variation 5 - Need for additional works, services or supplies by the original contractor. (Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor): Following a competitive procurement process, FCDO contracted with NTT Data UK for the delivery of an Integrated Case Management system ( including configuration of a COTS product, along with provision of support and maintenance of the system once live). Since contracting with NTT Data, FCDO has identified new business needs requiring additional services which have become necessary and which were unforeseen when the original procurement process was conducted. It is not possible for a supplier other than NTT Data to deliver these additional services for technical reasons as the additional services require knowledge of the system (of which NTT Data have exclusive working knowledge), access to the systems back-end and project specific IPR. Therefore, due to the need for interchangeability and interoperability with existing equipment, services or installations procured under the initial procurement, this work cannot be delivered by any supplier other than NTT Data. In addition, contracting with a new supplier for delivery of these additional services would cause significant inconvenience and substantial duplication of costs for FCDO. Given the interoperability issues identified above (particularly NTT Data's exclusive working knowledge of the system developed to date and the impact of IPR restrictions), the time required to run a competition to establish another appropriate supplier, and then to mobilise and transition the services, would result in substantial and unacceptable delay to the programme of at least 12-18 months, as well as result in significant duplication of costs for FCDO. Updated total contract value including value of each modification Original award total: PS12,653,633.00 excluding VAT Variation 1: PS0.00 excluding VAT Variation 2: PS250,800.00 excluding VAT Variation 3: PS711,429.00 excluding VAT Variation 4: PS202,476.00 excluding VAT Variation 5: PS2,621,920.00 excluding VAT Modified award total: PS16,440,258.00 excluding VAT

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-f13583b7-1200-4b90-aee0-3be05ba9586a
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/256444f0-5121-4d9a-bc5e-d8f19b0876cc
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Call-off from a framework agreement
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
£12,600,000 £10M-£100M
Lots Value
Not specified
Awards Value
£12,600,000 £10M-£100M
Contracts Value
Not specified

Notice Dates

Publication Date
23 Oct 20232 years ago
Submission Deadline
29 Sep 2021Expired
Future Notice Date
Not specified
Award Date
23 Jun 20223 years ago
Contract Period
27 Jun 2022 - 27 Sep 2026 4-5 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
FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1A 2AH
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLI London

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

NTT DATA

Further Information

Notice Documents

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-f13583b7-1200-4b90-aee0-3be05ba9586a-2023-10-23T19:47:44+01:00",
    "date": "2023-10-23T19:47:44+01:00",
    "ocid": "ocds-b5fd17-f13583b7-1200-4b90-aee0-3be05ba9586a",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_272103/1273602",
        "title": "Consular Integrated Case Management",
        "description": "Call Off Contract awarded under Framework Contract RM3821 Lot 1b: Workflow and Case Management Solutions Additional information: The following variations have been made since award; Nature and extent of the modifications (with indication of possible earlier changes to the contract): Variation 1 - Correction of incorrect contract end date Variation 2 - Add business change capability required for the successful implementation of ICM. Variation 3 - Add further business change capability required for the successful implementation of Orbit, previously known as ICM. Variation 4 - Additional licences required. Variation 5 - Described below. Variation 5 - Need for additional works, services or supplies by the original contractor. (Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor): Following a competitive procurement process, FCDO contracted with NTT Data UK for the delivery of an Integrated Case Management system ( including configuration of a COTS product, along with provision of support and maintenance of the system once live). Since contracting with NTT Data, FCDO has identified new business needs requiring additional services which have become necessary and which were unforeseen when the original procurement process was conducted. It is not possible for a supplier other than NTT Data to deliver these additional services for technical reasons as the additional services require knowledge of the system (of which NTT Data have exclusive working knowledge), access to the systems back-end and project specific IPR. Therefore, due to the need for interchangeability and interoperability with existing equipment, services or installations procured under the initial procurement, this work cannot be delivered by any supplier other than NTT Data. In addition, contracting with a new supplier for delivery of these additional services would cause significant inconvenience and substantial duplication of costs for FCDO. Given the interoperability issues identified above (particularly NTT Data's exclusive working knowledge of the system developed to date and the impact of IPR restrictions), the time required to run a competition to establish another appropriate supplier, and then to mobilise and transition the services, would result in substantial and unacceptable delay to the programme of at least 12-18 months, as well as result in significant duplication of costs for FCDO. Updated total contract value including value of each modification Original award total: PS12,653,633.00 excluding VAT Variation 1: PS0.00 excluding VAT Variation 2: PS250,800.00 excluding VAT Variation 3: PS711,429.00 excluding VAT Variation 4: PS202,476.00 excluding VAT Variation 5: PS2,621,920.00 excluding VAT Modified award total: PS16,440,258.00 excluding VAT",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "SW1A 2AH"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 12600000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a framework agreement",
        "tenderPeriod": {
            "endDate": "2021-09-29T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2022-06-28T00:00:00+01:00",
            "endDate": "2026-09-27T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-151067",
            "name": "Foreign Commonwealth and Development Office",
            "identifier": {
                "legalName": "Foreign Commonwealth and Development Office"
            },
            "address": {
                "streetAddress": "King Charles Street",
                "locality": "London",
                "postalCode": "SW1A 2AH",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "ICT.Commercial@fcdo.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-219266",
            "name": "NTT Data UK Ltd",
            "identifier": {
                "legalName": "NTT Data UK Ltd"
            },
            "address": {
                "streetAddress": "2 Royal Exchange, 3rd Floor, London, EC3V 3DG"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-151067",
        "name": "Foreign Commonwealth and Development Office"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-f13583b7-1200-4b90-aee0-3be05ba9586a-1",
            "status": "active",
            "date": "2022-06-24T00:00:00+01:00",
            "datePublished": "2023-10-23T19:47:44+01:00",
            "value": {
                "amount": 12600000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-219266",
                    "name": "NTT Data UK Ltd"
                }
            ],
            "contractPeriod": {
                "startDate": "2022-06-28T00:00:00+01:00",
                "endDate": "2026-09-27T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/256444f0-5121-4d9a-bc5e-d8f19b0876cc",
                    "datePublished": "2023-10-23T19:47:44+01:00",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}