Award

Provision of 'Securing our Technical Future' ("SOTF") project services

H M REVENUE & CUSTOMS

This public procurement record has 1 release in its history.

Award

24 Oct 2022 at 15:02

Summary of the contracting process

The HM Revenue & Customs, a UK national agency, awarded a contract for the 'Securing our Technical Future' project services to Capgemini UK Ltd. The contract, valued at £50,000,000, was signed on 30th September 2022. This procurement, classified under software programming and consultancy services, aimed to procure a supplier for the SOTF projects, with a limited procurement method without prior publication of a call for competition.

This contract presents business growth opportunities for consulting, technology, outsourcing, and related service providers well-versed in HMRC's digital landscape. The contract's focus is on providing continued consulting services for HMRC's SOTF programme, with an option to extend the initial term by 12 months. Due to technical complexities and the unique knowledge required for the service provision, the award was made to a specific economic operator, Capgemini UK Ltd, to ensure a smooth transition and migration of critical applications within HMRC's digital estate.

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

Provision of 'Securing our Technical Future' ("SOTF") project services

Notice Description

The Authority is responsible for the UK's tax administration and ensures that tax revenue is available to fund the UK's public services. The Authority wishes to procure a supplier of services for the provision of SOTF projects. The Supplier is a leading provider of consulting, technology, outsourcing and related services, already providing such SOTF services, and is suitably qualified and experienced to continue to provide SOTF project services.

Lot Information

Lot 1

The continued provision of consulting, technology, outsourcing and related services for HMRC's SOTF programme.

Options: Extension of initial term by 12 months by giving to the Supplier not less than 12 months' written notice before the end of the Initial Term.

Procurement Information

HMRC is in the process of migrating and replacing certain existing applications from existing data centres. This contract procures project services required for the migration and replacement of those applications. Regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015 ("PCR") provides that a contracting authority may award a public contract without prior publication of a Contract Notice where the services can only be supplied by a particular economic operator because competition is absent for technical reasons. A different contractor cannot provide these services because only the Contractor has the knowledge of, and source code and configurations for, the applications that are to be migrated in their current form. The Contractor also holds a significant amount of knowledge about how the entire HMRC digital estate operates and interoperates. This knowledge is required to properly conduct the migration approach considering its impact on different HMRC Services, several of which are classed as Critical National Infrastructure and/or fall within the remit of Secure Customer Records. In addition, a number of the services rely on technology that is decades old, and only the Contractor has the skills that can cover the breadth of this technology. Even if it were technically possible to have a new contractor provide some of the services under this contract, the cost and time involved in learning the breadth of the HMRC digital estate required for all of the services would be wholly uneconomic and disproportionate. The migration is anticipated to occur within the next two years. Undertaking the required knowledge transfer would take approximately 12 months, meaning that the migration services started by other HMRC contractors would be delayed and incur significant wasted expenditure.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-037868
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029949-2022
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72200000 - Software programming and consultancy services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£50,000,000 £10M-£100M

Notice Dates

Publication Date
24 Oct 20223 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
29 Sep 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
H M REVENUE & CUSTOMS
Contact Name
Daniel Gauntlett
Contact Email
danny.gauntlett@hmrc.gov.uk
Contact Phone
+44 3000573933

Buyer Location

Locality
LONDON
Postcode
EC3R 6EE
Post Town
Central 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
TLG West Midlands (England)

Local Authority
City of London
Electoral Ward
Billingsgate
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

CAPGEMINI

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-037868-2022-10-24T16:02:51+01:00",
    "date": "2022-10-24T16:02:51+01:00",
    "ocid": "ocds-h6vhtk-037868",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-037868",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of 'Securing our Technical Future' (\"SOTF\") project services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72200000",
            "description": "Software programming and consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "The Authority is responsible for the UK's tax administration and ensures that tax revenue is available to fund the UK's public services. The Authority wishes to procure a supplier of services for the provision of SOTF projects. The Supplier is a leading provider of consulting, technology, outsourcing and related services, already providing such SOTF services, and is suitably qualified and experienced to continue to provide SOTF project services.",
        "lots": [
            {
                "id": "1",
                "description": "The continued provision of consulting, technology, outsourcing and related services for HMRC's SOTF programme.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "Extension of initial term by 12 months by giving to the Supplier not less than 12 months' written notice before the end of the Initial Term."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKG"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "HMRC is in the process of migrating and replacing certain existing applications from existing data centres. This contract procures project services required for the migration and replacement of those applications. Regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015 (\"PCR\") provides that a contracting authority may award a public contract without prior publication of a Contract Notice where the services can only be supplied by a particular economic operator because competition is absent for technical reasons. A different contractor cannot provide these services because only the Contractor has the knowledge of, and source code and configurations for, the applications that are to be migrated in their current form. The Contractor also holds a significant amount of knowledge about how the entire HMRC digital estate operates and interoperates. This knowledge is required to properly conduct the migration approach considering its impact on different HMRC Services, several of which are classed as Critical National Infrastructure and/or fall within the remit of Secure Customer Records. In addition, a number of the services rely on technology that is decades old, and only the Contractor has the skills that can cover the breadth of this technology. Even if it were technically possible to have a new contractor provide some of the services under this contract, the cost and time involved in learning the breadth of the HMRC digital estate required for all of the services would be wholly uneconomic and disproportionate. The migration is anticipated to occur within the next two years. Undertaking the required knowledge transfer would take approximately 12 months, meaning that the migration services started by other HMRC contractors would be delayed and incur significant wasted expenditure."
    },
    "awards": [
        {
            "id": "029949-2022-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-943935",
                    "name": "Capgemini UK Ltd"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-17909",
            "name": "H M Revenue & Customs",
            "identifier": {
                "legalName": "H M Revenue & Customs",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "Customs House Annexe,20 Lower Thames Street",
                "locality": "LONDON",
                "region": "UKI31",
                "postalCode": "EC3R6EE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Daniel Gauntlett",
                "telephone": "+44 3000573933",
                "email": "danny.gauntlett@hmrc.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/hm-revenue-customs",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "NATIONAL_AGENCY",
                        "description": "National or federal agency/office"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "04",
                        "description": "Economic affairs"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-943935",
            "name": "Capgemini UK Ltd",
            "identifier": {
                "legalName": "Capgemini UK Ltd",
                "id": "943935",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Woking",
                "region": "UK",
                "postalCode": "GU21 6DB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7920781921",
                "email": "danny.gauntlett@hmrc.gov.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-569",
            "name": "Cabinet Office",
            "identifier": {
                "legalName": "Cabinet Office"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-17909",
        "name": "H M Revenue & Customs"
    },
    "contracts": [
        {
            "id": "029949-2022-1",
            "awardID": "029949-2022-1",
            "status": "active",
            "value": {
                "amount": 50000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-09-30T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "language": "en"
}