Notice Information
Notice Title
National Fraud Initiative (NFI) Data Matching Services
Notice Description
The Cabinet Office requires a managed service to deliver all aspects of National Fraud Initiative (NFI) in an environment that meets the Cabinet Office security requirements and is accredited against relevant Government Information Assurance Standards. The supplier will work in partnership with the Cabinet Office to jointly drive innovation and continual programme development. Innovation and embracing new technology to evolve the NFI, as well as interoperability with other services, will be key.
Lot Information
Lot 1
The Cabinet Office requires a managed service to deliver all aspects of National Fraud Initiative (NFI) in an environment that meets the Cabinet Office security requirements and is accredited against relevant Government Information Assurance Standards. The supplier will be expected to ensure that the system is updated in line with future Government security standards and future changes to data protection legislation. The NFI is a complex project requiring expertise, flexibility and close collaboration. The supplier will be required to work in partnership with the Cabinet Office to jointly drive innovation and continual programme development. For example, developing enhanced data matching/analytics techniques, overcoming specific data related problems, contacting participants needing support and developing enhanced functionality for the NFI web application. Innovation and embracing new technology to evolve the NFI, as well as interoperability with other services, will be key. The value of the opportunity is up to PS7.5 Million across 81 months (initial duration of the contract is for 57 months, with an option to extend for 24 months). Of this figure PS4 Million is Core Spend with PS3.5 Million as the Gross Revenue from the Gainshare. The Gross Revenue element will be split with the NFI.
Renewal: The contract will be subject to renewal at the end of this award on the assumption that the Government policy in the area of Fraud is a longer term requirement come 2030.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03eaea
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/036190-2024
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
-
- CPV Codes
48600000 - Database and operating software package
48610000 - Database systems
48611000 - Database software package
48612000 - Database-management system
48613000 - Electronic data management (EDM)
48614000 - Data-acquisition system
Notice Value(s)
- Tender Value
- £7,500,000 £1M-£10M
- Lots Value
- £7,500,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £7,500,000 £1M-£10M
Notice Dates
- Publication Date
- 8 Nov 20241 years ago
- Submission Deadline
- 23 Oct 2023Expired
- Future Notice Date
- 29 Sep 2023Expired
- Award Date
- 30 Jun 20241 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH AGENT CROWN COMMERCIAL SERVICE
- Additional Buyers
THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE
- Contact Name
- Not specified
- Contact Email
- supplier@crowncommercial.gov.uk
- Contact Phone
- +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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03eaea-2024-11-08T09:07:19Z",
"date": "2024-11-08T09:07:19Z",
"ocid": "ocds-h6vhtk-03eaea",
"description": "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/2626359f-1df1-437c-b47c-af88e4c26e6e 1) Redacted Commercial Agreement 2) List of Successful Suppliers 3) 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.",
"initiationType": "tender",
"tender": {
"id": "RM6357",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "National Fraud Initiative (NFI) Data Matching Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "48600000",
"description": "Database and operating software package"
},
"mainProcurementCategory": "goods",
"description": "The Cabinet Office requires a managed service to deliver all aspects of National Fraud Initiative (NFI) in an environment that meets the Cabinet Office security requirements and is accredited against relevant Government Information Assurance Standards. The supplier will work in partnership with the Cabinet Office to jointly drive innovation and continual programme development. Innovation and embracing new technology to evolve the NFI, as well as interoperability with other services, will be key.",
"value": {
"amount": 7500000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Cabinet Office requires a managed service to deliver all aspects of National Fraud Initiative (NFI) in an environment that meets the Cabinet Office security requirements and is accredited against relevant Government Information Assurance Standards. The supplier will be expected to ensure that the system is updated in line with future Government security standards and future changes to data protection legislation. The NFI is a complex project requiring expertise, flexibility and close collaboration. The supplier will be required to work in partnership with the Cabinet Office to jointly drive innovation and continual programme development. For example, developing enhanced data matching/analytics techniques, overcoming specific data related problems, contacting participants needing support and developing enhanced functionality for the NFI web application. Innovation and embracing new technology to evolve the NFI, as well as interoperability with other services, will be key. The value of the opportunity is up to PS7.5 Million across 81 months (initial duration of the contract is for 57 months, with an option to extend for 24 months). Of this figure PS4 Million is Core Spend with PS3.5 Million as the Gross Revenue from the Gainshare. The Gross Revenue element will be split with the NFI.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "75"
},
{
"type": "price",
"description": "25"
}
]
},
"value": {
"amount": 7500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2430
},
"hasRenewal": true,
"renewal": {
"description": "The contract will be subject to renewal at the end of this award on the assumption that the Government policy in the area of Fraud is a longer term requirement come 2030."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48610000",
"description": "Database systems"
},
{
"scheme": "CPV",
"id": "48611000",
"description": "Database software package"
},
{
"scheme": "CPV",
"id": "48612000",
"description": "Database-management system"
},
{
"scheme": "CPV",
"id": "48613000",
"description": "Electronic data management (EDM)"
},
{
"scheme": "CPV",
"id": "48614000",
"description": "Data-acquisition system"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2023-09-30T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"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 participate (ITP) registering for access.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1
},
"hasElectronicAuction": true
},
"tenderPeriod": {
"endDate": "2023-10-23T15:00:00+01:00"
},
"secondStage": {
"invitationDate": "2023-11-03T00:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2024-03-27T23:59:59Z"
}
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"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": "supplier@crowncommercial.gov.uk"
},
"roles": [
"reviewBody"
],
"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-93919",
"name": "The Minister for the Cabinet Office acting through agent Crown Commercial Service",
"identifier": {
"legalName": "The Minister for the Cabinet Office acting through agent 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": "supplier@crowncommercial.gov.uk",
"url": "https://crowncommercialservice.bravosolution.co.uk"
},
"roles": [
"buyer"
],
"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-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"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-28450",
"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",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
}
],
"buyer": {
"id": "GB-FTS-93919",
"name": "The Minister for the Cabinet Office acting through agent Crown Commercial Service"
},
"language": "en",
"awards": [
{
"id": "036190-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-38566",
"name": "See Contracts Finder Notice for full supplier list"
}
]
}
],
"contracts": [
{
"id": "036190-2024-1",
"awardID": "036190-2024-1",
"status": "active",
"value": {
"amount": 7500000,
"currency": "GBP"
},
"dateSigned": "2024-07-01T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "3",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 3
},
{
"id": "4",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
}
}