Award

Digital and Legacy Application Services (DALAS)

THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

This public procurement record has 9 releases in its history.

Award

03 Apr 2024 at 08:12

Award

02 Apr 2024 at 14:08

Award

22 Sep 2023 at 08:53

TenderUpdate

05 May 2023 at 12:49

TenderUpdate

28 Feb 2023 at 16:22

TenderUpdate

31 Jan 2023 at 09:47

TenderUpdate

06 Oct 2022 at 15:10

Tender

05 Oct 2022 at 15:13

Planning

12 Aug 2022 at 11:25

Summary of the contracting process

The Crown Commercial Service (CCS) in partnership with HM Revenue and Customs (HMRC) has completed the procurement process for the Digital and Legacy Application Services (DALAS) framework under the RM6335 ID. The framework aims to support the delivery of future application services and reduce reliance on legacy technologies. The procurement involved two phases, with Phase 1 covering Lots 2a, 2b, 3, and 5. The contract award for this framework took place on 2024-04-03 with an estimated value of £3.2 billion. The CCS acted as the buyer in this process.

This tender opportunity for the DALAS framework presents significant business growth potential for companies offering IT services, consulting, software development, and internet support. Businesses that excel in digital, integration, and program development services will be well-suited to compete for the various lots within the framework. The procurement stage was at the award phase, and the main industry category was IT services. The contract has been awarded to multiple suppliers, creating opportunities for collaboration and growth within the designated service categories.

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)

Notice Description

Crown Commercial Service (CCS), working with HM Revenue and Customs (HMRC), has procured 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. Phase 1 has been delivered which includes Lots 2a, 2b, 3 and 5. Further information is provided at section VI.3 Additional Information.

Lot Information

Transformation and Innovation Services

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

Large Scale Digital, Integration and Programme Development Services

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.

Digital, Integration and Programme Development Services

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.

Digital, Application and Integration Run Services

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

Multi Product Configuration Services

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

Specialist Product Configuration Services

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

Capability Pipeline Services

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 cross training of existing staff

Value Realisation and Design Services

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

Renewal: The initial duration of the Framework is 4 years, with no option to extend. CCS reserve the right to extend lots by varying durations

Digital, Integration and Programme Development Services(Large Scale)

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.

Renewal: The initial duration of the Framework is 4 years, with no option to extend. CCS reserve the right to extend lots by varying durations

Digital, Integration and Programme Development Services

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.

Renewal: The initial duration of the Framework is 4 years, with no option to extend. CCS reserve the right to extend lots by varying durations

Digital, Application and Integration Run Services

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

Renewal: The initial duration of the Framework is 4 years, with no option to extend. CCS reserve the right to extend lots by varying durations

Multi Product Configuration Services

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 cloudbased 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.

Renewal: The initial duration of the Framework is 4 years, with no option to extend. CCS reserve the right to extend lots by varying durations

Specialist Product Configuration Services

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 cloudbased 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.

Renewal: The initial duration of the Framework is 4 years, with no option to extend. CCS reserve the right to extend lots by varying durations

Capability Pipeline Services

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

Renewal: The initial duration of the Framework is 4 years with no option to extend. CCS reserve the right to extend lots by varying durations

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-035b5a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010679-2024
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large

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
£4,200,000,000 £1B-£10B
Awards Value
Not specified
Contracts Value
£8,400,000,000 £1B-£10B

Notice Dates

Publication Date
3 Apr 20241 years ago
Submission Deadline
4 Nov 2022Expired
Future Notice Date
15 Sep 2022Expired
Award Date
1 Aug 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled, Planned
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE
Additional Buyers

CROWN COMMERCIAL SERVICE

Contact Name
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
Contact Email
dalasmailbox@crowncommercial.gov.uk
Contact Phone
+44 3450103503, +44 3454102222

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

SEE CONTRACTS FINDER NOTICE FOR FULL SUPPLIER LIST

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-h6vhtk-035b5a-2024-04-03T09:12:31+01:00",
    "date": "2024-04-03T09:12:31+01:00",
    "ocid": "ocds-h6vhtk-035b5a",
    "description": "This Contract Award Notice replaces the previous CAN issued on the 22/09/2023 https://www.find-tender.service.gov.uk/Notice/027990-2023. The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement. As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/d1126546-3abe-4e38-a144-19da4a25ed63 1) Redacted Commercial Agreement 2) List of Successful Suppliers 3) Approved Customer list 4) Transparency Agenda 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 2a 6 suppliers were awarded a place as opposed to the number of 5, for Lot 2b 11 suppliers were awarded a place as opposed to the number of 8, For Lot 3 6 suppliers were awarded a place as opposed to the number of 5, as was originally stated in the Contract Notice that was published on 05/10/2022. Please note: Lots 3 and 5 had a contract start date of 27/07/2023, and Lots 2a and 2b had a contract start date of 02/08/2023. All lots have a contract expiry date of 26/07/2027.",
    "initiationType": "tender",
    "tender": {
        "id": "RM6335",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Digital and Legacy Application Services (DALAS)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "Crown Commercial Service (CCS), working with HM Revenue and Customs (HMRC), has procured 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. Phase 1 has been delivered which includes Lots 2a, 2b, 3 and 5. Further information is provided at section VI.3 Additional Information.",
        "value": {
            "amount": 4200000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "Lot 1",
                "title": "Transformation and Innovation Services",
                "description": "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",
                "status": "planned"
            },
            {
                "id": "Lot 2a",
                "title": "Large Scale Digital, Integration and Programme Development Services",
                "description": "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.",
                "status": "planned"
            },
            {
                "id": "Lot 2b",
                "title": "Digital, Integration and Programme Development Services",
                "description": "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.",
                "status": "planned"
            },
            {
                "id": "Lot 3",
                "title": "Digital, Application and Integration Run Services",
                "description": "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",
                "status": "planned"
            },
            {
                "id": "Lot 4a",
                "title": "Multi Product Configuration Services",
                "description": "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",
                "status": "planned"
            },
            {
                "id": "Lot 4b",
                "title": "Specialist Product Configuration Services",
                "description": "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",
                "status": "planned"
            },
            {
                "id": "Lot 5",
                "title": "Capability Pipeline Services",
                "description": "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 cross training of existing staff",
                "status": "planned"
            },
            {
                "id": "1",
                "title": "Value Realisation and Design Services",
                "description": "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",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "75"
                        },
                        {
                            "type": "price",
                            "description": "25"
                        }
                    ]
                },
                "value": {
                    "amount": 800000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial duration of the Framework is 4 years, with no option to extend. CCS reserve the right to extend lots by varying durations"
                },
                "secondStage": {
                    "maximumCandidates": 10
                },
                "selectionCriteria": {
                    "description": "The objective criteria for deciding which Bidders shall progress to the ITT stage for Phase 2 shall be set out in the Phase 2 Selection Stage bid pack that is expected to be released in May 2023."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "2a",
                "title": "Digital, Integration and Programme Development Services(Large Scale)",
                "description": "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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "75"
                        },
                        {
                            "type": "price",
                            "description": "25"
                        }
                    ]
                },
                "value": {
                    "amount": 940000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial duration of the Framework is 4 years, with no option to extend. CCS reserve the right to extend lots by varying durations"
                },
                "secondStage": {
                    "maximumCandidates": 10
                },
                "selectionCriteria": {
                    "description": "The objective criteria for deciding which Bidders shall progress to the ITT stage for Phase 1 is set out in the Phase 1 Selection Stage bid pack. Details on how to access the bid pack are set out in section VI.3 Addition Information."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "2b",
                "title": "Digital, Integration and Programme Development Services",
                "description": "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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "75"
                        },
                        {
                            "type": "price",
                            "description": "25"
                        }
                    ]
                },
                "value": {
                    "amount": 500000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial duration of the Framework is 4 years, with no option to extend. CCS reserve the right to extend lots by varying durations"
                },
                "secondStage": {
                    "maximumCandidates": 16
                },
                "selectionCriteria": {
                    "description": "The objective criteria for deciding which Bidders shall progress to the ITT stage for Phase 1 is set out in the Phase 1 Selection Stage bid pack. Details on how to access the bid pack are set out in section VI.3 Additional Information."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "3",
                "title": "Digital, Application and Integration Run Services",
                "description": "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",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "75"
                        },
                        {
                            "type": "price",
                            "description": "25"
                        }
                    ]
                },
                "value": {
                    "amount": 760000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial duration of the Framework is 4 years, with no option to extend. CCS reserve the right to extend lots by varying durations"
                },
                "secondStage": {
                    "maximumCandidates": 10
                },
                "selectionCriteria": {
                    "description": "The objective criteria for deciding which Bidders shall progress to the ITT stage for Phase 1 is set out in the Phase 1 Selection Stage bid pack. Details on how to access the bid pack are set out in section VI.3 Additional Information."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "4a",
                "title": "Multi Product Configuration Services",
                "description": "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 cloudbased 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "75"
                        },
                        {
                            "type": "price",
                            "description": "25"
                        }
                    ]
                },
                "value": {
                    "amount": 700000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial duration of the Framework is 4 years, with no option to extend. CCS reserve the right to extend lots by varying durations"
                },
                "secondStage": {
                    "maximumCandidates": 10
                },
                "selectionCriteria": {
                    "description": "The objective criteria for deciding which Bidders shall progress to the ITT stage for Phase 2 shall be set out in the Phase 2 Selection Stage bid pack that is expected to be released in May 2023."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "4b",
                "title": "Specialist Product Configuration Services",
                "description": "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 cloudbased 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "75"
                        },
                        {
                            "type": "price",
                            "description": "25"
                        }
                    ]
                },
                "value": {
                    "amount": 300000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial duration of the Framework is 4 years, with no option to extend. CCS reserve the right to extend lots by varying durations"
                },
                "secondStage": {
                    "maximumCandidates": 10
                },
                "selectionCriteria": {
                    "description": "The objective criteria for deciding which Bidders shall progress to the ITT stage for Phase 2 shall be set out in the Phase 2 Selection Stage bid pack that is expected to be released in May 2023."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "5",
                "title": "Capability Pipeline Services",
                "description": "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",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "75"
                        },
                        {
                            "type": "price",
                            "description": "25"
                        }
                    ]
                },
                "value": {
                    "amount": 200000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial duration of the Framework is 4 years with no option to extend. CCS reserve the right to extend lots by varying durations"
                },
                "secondStage": {
                    "maximumCandidates": 10
                },
                "selectionCriteria": {
                    "description": "The objective criteria for deciding which Bidders shall progress to the ITT stage for Phase 1 is set out in the Phase 1 Selection Stage bid pack. Details on how to access the bid pack are set out in section VI.3 Additional Information."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "Lot 1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "Lot 1"
            },
            {
                "id": "Lot 2a",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "Lot 2a"
            },
            {
                "id": "Lot 2b",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "Lot 2b"
            },
            {
                "id": "Lot 3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "Lot 3"
            },
            {
                "id": "Lot 4a",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "Lot 4a"
            },
            {
                "id": "Lot 4b",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "Lot 4b"
            },
            {
                "id": "Lot 5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "Lot 5"
            },
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2a",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2a"
            },
            {
                "id": "2b",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2b"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4a",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "4a",
                "deliveryLocation": {
                    "description": "UK - United Kingdom"
                }
            },
            {
                "id": "4b",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "4b",
                "deliveryLocation": {
                    "description": "UK - United Kingdom"
                }
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "5"
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-09-16T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 7
        },
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://crowncommercialservice.bravosolution.co.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "reservedExecution": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "tenderPeriod": {
            "endDate": "2022-11-04T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "The wording at III.1.5 was included in error. The execution of the contract is NOT restricted to the framework of sheltered employment programmes."
                        },
                        "where": {
                            "section": "III.1.5",
                            "label": "III.1.5"
                        }
                    }
                ],
                "description": "The wording at III.1.5 was included in error. The execution of the contract is NOT restricted to the framework of sheltered employment programmes."
            },
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "text": "January 2023 Update - Phase 2 Market Engagement This update to the Prior Information Notice is to signal an intention to commence the Phase 2 (Lots 1, 4a & 4b) Market Engagement event taking place in Birmingham, Monday 6 to Thursday 9 March 2023. HMRC and CCS are keen to hear your views to help us create an innovative and dynamic framework. The Phase 2 Market Engagement will involve: - 45-minute individual face-to-face sessions between suppliers, CCS and HMRC; and - the publishing of an anonymised copy of the questions/answers with all suppliers following the event by CCS to ensure fair and open release of information to all suppliers interested in participating. These sessions will provide an opportunity to discuss the Lot 1, 4a & 4b Lots of DALAS framework in more detail. Suppliers can register for a Phase 2 individual face-to-face session by completing the event registration form, accessed via the link below: https://forms.office.com/e/qJadTAv0TS Participants in the Phase 2 Market Engagement must note that only Phase 2 of the procurement (i.e. Lots 1, 4a & 4b) will be within scope of the discussions. No discussions about Phase 1 will be permitted. The contract notice for the procurement can be accessed here: www.find-tender.service.gov.uk/Notice/028003-2022 Further information on the DALAS framework can be found on the CCS website: https://www.crowncommercial.gov.uk/agreements/RM6335"
                        },
                        "where": {
                            "section": "VI",
                            "label": "V1.3"
                        }
                    }
                ]
            },
            {
                "id": "3",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "Value excluding VAT: PS4,200,000,000"
                        },
                        "newValue": {
                            "text": "Value excluding VAT: PS6,000,000,000"
                        },
                        "where": {
                            "section": "II.1",
                            "label": "II.1.5 Estimated total value"
                        }
                    },
                    {
                        "oldValue": {
                            "text": "Transformation and Innovation Services"
                        },
                        "newValue": {
                            "text": "Value Realisation and Design Services"
                        },
                        "where": {
                            "section": "II.2 Description",
                            "label": "II.2.1 Title (Lot 1)"
                        },
                        "relatedLot": "1"
                    },
                    {
                        "oldValue": {
                            "text": "Large Scale Digital, Integration and Programme Development Services"
                        },
                        "newValue": {
                            "text": "Digital, Integration and Programme Application Services (large scale)"
                        },
                        "where": {
                            "section": "II.2 Description",
                            "label": "II.2.1 Title (Lot 2a)"
                        },
                        "relatedLot": "2a"
                    },
                    {
                        "oldValue": {
                            "text": "Digital, Integration and Programme Development Services"
                        },
                        "newValue": {
                            "text": "Digital, Integration and Programme Application Services"
                        },
                        "where": {
                            "section": "II.2 Description",
                            "label": "II.2.1 Title (Lot 2b)"
                        },
                        "relatedLot": "2b"
                    },
                    {
                        "oldValue": {
                            "text": "Value excluding VAT: PS800,000,000"
                        },
                        "newValue": {
                            "text": "Value excluding VAT: PS900,000,000"
                        },
                        "where": {
                            "section": "II.2 Description",
                            "label": "II.2.6 Estimated value (Lot 1)"
                        },
                        "relatedLot": "1"
                    },
                    {
                        "oldValue": {
                            "text": "Value excluding VAT: PS940,000,000"
                        },
                        "newValue": {
                            "text": "Value excluding VAT: PS1,100,000,000"
                        },
                        "where": {
                            "section": "II.2 Description",
                            "label": "II.2.6 Estimated value (Lot 2a)"
                        },
                        "relatedLot": "2a"
                    },
                    {
                        "oldValue": {
                            "text": "Value excluding VAT: PS500,000,000"
                        },
                        "newValue": {
                            "text": "Value excluding VAT: PS750,000,000"
                        },
                        "where": {
                            "section": "II.2 Description",
                            "label": "II.2.6 Estimated value (Lot 2b)"
                        },
                        "relatedLot": "2b"
                    },
                    {
                        "oldValue": {
                            "text": "Value excluding VAT: PS760,000,000"
                        },
                        "newValue": {
                            "text": "Value excluding VAT: PS1,200,000,000"
                        },
                        "where": {
                            "section": "II.2 Description",
                            "label": "II.2.6 Estimated value (Lot 3)"
                        },
                        "relatedLot": "3"
                    },
                    {
                        "oldValue": {
                            "text": "Value excluding VAT: PS700,000,000"
                        },
                        "newValue": {
                            "text": "Value excluding VAT: PS1.300,000,000"
                        },
                        "where": {
                            "section": "II.2 Description",
                            "label": "II.2.6 Estimated value (Lot 4a)"
                        },
                        "relatedLot": "4a"
                    },
                    {
                        "oldValue": {
                            "text": "Value excluding VAT: PS300,000,000"
                        },
                        "newValue": {
                            "text": "Value excluding VAT: PS600,000,000"
                        },
                        "where": {
                            "section": "II.2 Description",
                            "label": "II.2.6 Estimated value (Lot 4b)"
                        },
                        "relatedLot": "4b"
                    },
                    {
                        "oldValue": {
                            "text": "Value excluding VAT: PS200,000,000"
                        },
                        "newValue": {
                            "text": "Value excluding VAT: PS150,000,000"
                        },
                        "where": {
                            "section": "II.2 Description",
                            "label": "II.2.6 Estimated value (Lot 5)"
                        },
                        "relatedLot": "5"
                    }
                ]
            },
            {
                "id": "4",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "text": "Update 05/05/2023 This update is to notify the market that the selection stage for Phase 2 of RM6335 Digital and Legacy Application Services (DALAS) has been published. Phase 2 of DALAS includes Lot 1, Lot 4a and Lot 4b. 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 to 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. The deadline for submission of Phase 2 selection stage responses is 3.00pm on 05/06/2023."
                        },
                        "where": {
                            "section": "VI",
                            "label": "V1.3"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-3755",
            "name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
            "identifier": {
                "legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital Building, Old Hall Street",
                "locality": "Liverpool",
                "region": "UK",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3450103503",
                "email": "dalasmailbox@crowncommercial.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.gov.uk/ccs",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Public procurement"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-575",
            "name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
            "identifier": {
                "legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "region": "UK",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3454102222",
                "email": "dalasmailbox@crowncommercial.gov.uk",
                "url": "https://crowncommercialservice.bravosolution.co.uk",
                "name": "The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.crowncommercial.gov.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Public Procurement"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-3766",
            "name": "Crown Commercial Service",
            "identifier": {
                "legalName": "Crown Commercial Service"
            },
            "address": {
                "streetAddress": "The Capital Building, Old Hall Street",
                "locality": "Liverpool",
                "region": "UK",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3450103503",
                "email": "dalasmailbox@crowncommercial.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/ccs"
            }
        },
        {
            "id": "GB-FTS-44017",
            "name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
            "identifier": {
                "legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "region": "UK",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)",
                "telephone": "+44 3450103503",
                "email": "dalasmailbox@crowncommercial.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/ccs"
            }
        },
        {
            "id": "GB-FTS-38566",
            "name": "See Contracts Finder Notice for full supplier list",
            "identifier": {
                "legalName": "See Contracts Finder Notice for full supplier list"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "region": "UK",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3454102222",
                "email": "supplier@crowncommercial.gov.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.gov.uk/ccs",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-65948",
            "name": "See Contracts Finder Notice for full supplier list",
            "identifier": {
                "legalName": "See Contracts Finder Notice for full supplier list"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "liverpool",
                "region": "UK",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3454102222",
                "email": "supplier@crowncommercial.gov.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-77966",
            "name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
            "identifier": {
                "legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "liverpool",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 345410222",
                "email": "supplier@crowncommercial.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.crowncommercial.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-3754",
            "name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
            "identifier": {
                "legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
            },
            "address": {
                "streetAddress": "The Capital Building, Old Hall Street",
                "locality": "Liverpool",
                "region": "UK",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3454102222",
                "email": "dalasmailbox@crowncommercial.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.gov.uk/ccs",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Public Procurement"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-3754",
        "name": "The Minister for the Cabinet Office acting through Crown Commercial Service"
    },
    "language": "en",
    "links": [
        {
            "rel": "canonical",
            "href": "https://www.gov.uk/ccs"
        }
    ],
    "awards": [
        {
            "id": "027990-2023-1",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-38566",
                    "name": "See Contracts Finder Notice for full supplier list"
                }
            ]
        },
        {
            "id": "010610-2024-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-65948",
                    "name": "See Contracts Finder Notice for full supplier list"
                }
            ]
        },
        {
            "id": "010679-2024-1",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-38566",
                    "name": "See Contracts Finder Notice for full supplier list"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "027990-2023-1",
            "awardID": "027990-2023-1",
            "status": "active",
            "value": {
                "amount": 2400000000,
                "currency": "GBP"
            },
            "dateSigned": "2023-08-02T00:00:00+01:00"
        },
        {
            "id": "010610-2024-1",
            "awardID": "010610-2024-1",
            "status": "active",
            "value": {
                "amount": 2800000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-03-05T00:00:00Z"
        },
        {
            "id": "010679-2024-1",
            "awardID": "010679-2024-1",
            "status": "active",
            "value": {
                "amount": 3200000000,
                "currency": "GBP"
            },
            "dateSigned": "2023-08-02T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 23
            },
            {
                "id": "2",
                "measure": "smeBids",
                "value": 4
            },
            {
                "id": "3",
                "measure": "electronicBids",
                "value": 23
            },
            {
                "id": "4",
                "measure": "bids",
                "relatedLot": "1",
                "value": 30
            },
            {
                "id": "5",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 10
            },
            {
                "id": "6",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 30
            },
            {
                "id": "7",
                "measure": "bids",
                "value": 23
            },
            {
                "id": "8",
                "measure": "smeBids",
                "value": 4
            },
            {
                "id": "9",
                "measure": "electronicBids",
                "value": 23
            }
        ]
    }
}