Award

Application Maintenance and Support services

MINISTRY OF JUSTICE

This public procurement record has 3 releases in its history.

TenderUpdate

26 Sep 2023 at 13:58

Award

15 Sep 2023 at 15:27

Award

10 Aug 2023 at 15:18

Summary of the contracting process

The Ministry of Justice is seeking services for "Application Maintenance and Support services" in the IT services category. The procurement process is in the award stage, with a contract of £60,340,000 GBP recently signed on 25th August 2023. The buying organisation based in London, United Kingdom, can be contacted via telephone at +44 02033343555 or email at ccmd_dandt_and_ps_commercial_support_requests@justice.gov.uk.

This tender presents an opportunity for businesses providing IT services such as consulting, software development, and support. The Ministry of Justice is looking for a supplier to provide application maintenance and support services for its business-critical applications. The procurement method is through a limited award procedure without prior publication, aimed at continuing services without disrupting operations during the transition to a new supplier. Businesses with experience in heritage applications and specialised technical knowledge will be well-suited to compete for this opportunity.

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

Application Maintenance and Support services

Notice Description

The supply of Application maintenance and support services.

Lot Information

Lot 1

o provide: i) application maintenance and support for ~35 business-critical applications the majority of which are used by HM Courts and Tribunal Service; and ii) potential application development and enhancement services, as and when required. The applications vary in size, complexity, component technologies, user numbers, interfaces with other applications, security requirements, service and support hours, business criticality and hosting arrangements. Most of the applications are classed as "heritage applications" due to their age. Many are business critical case management or case progression systems used by the courts and are typically complex and bespoke. Applications may be removed from scope as they are retired or replaced under new supplier arrangements.

Procurement Information

The authority relies on Regulation 32(2)(b)(ii) (Use of negotiated procedure without prior publication) of the Public Contracts Regulations 2015 namely: the services can only be provided by a particular economic operator, the incumbent supplier (CGI IT UK Limited), who has been providing the services forming the subject matter of this contract under a contract with the authority for the last 8 years three months which is due to expire on 31.08.23, because competition is absent for technical reasons, and no reasonable alternative substitute exists and the absence of competition is not the result of an artificial narrowing down of the parameters of the procurement for the following reasons. (a) no other supplier has the necessary technical knowledge and experience to provide the services, because: i) most of the applications are bespoke and 'heritage applications' with many over 18 years old. The heritage applications are difficult to maintain because of their age and complexity and the extent to which they have been changed over the years and require very specialist technical knowledge and experience, e.g. skills/experience in using aged programming languages such as Fortran, COBOL, Pascal and C. The number of people with the skills, knowledge and experience to maintain and/or enhance them is limited outside CGI, which has developed significant knowledge and experience of how the applications were built and developed and how they operate and interface with each other; and ii) delivering the services relies on non-live development and test environments, and management access to the live environments, both to provide ongoing support and to undertake application development/enhancement. For a replacement supplier to provide the services, they would need access to the same/equivalent existing non-live development and test environments. To build and implement equivalent development and test environments would take around 12 months and be challenging, expensive and risky without the necessary application knowledge/experience. A replacement supplier would additionally need to establish infrastructure, connectivity and processes to allow secure management access to the live environments, e.g. to investigate maintenance issues or for boarding purposes i.e. to deploy new applications/code. (b) even if it was theoretically possible that another supplier(s) did have the necessary technical knowledge/experience, which the authority does not consider to be the case, it is estimated to take a minimum of 18-24 months for a procurement to be run and any replacement supplier(s) to be able to deliver the services (6 to 12 months to run a competition to award to another supplier depending on the route/process and around 12 months to transition) whereas the services are required from 01.09.2023.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03eed0
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028381-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender 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

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£60,340,000 £10M-£100M

Notice Dates

Publication Date
26 Sep 20232 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
1 Aug 20232 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
MINISTRY OF JUSTICE
Additional Buyers

THE SECRETARY OF STATE FOR JUSTICE

Contact Name
Jonathan Bowdery
Contact Email
ccmd_dandt_and_ps_commercial_support_requests@justice.gov.uk, luis.moedinger@justice.gov.uk
Contact Phone
+44 02033343555, +44 2033343555

Buyer Location

Locality
LONDON
Postcode
SW1H 9AJ
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

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

Supplier Information

Number of Suppliers
1
Supplier Name

CGI

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-03eed0-2023-09-26T14:58:51+01:00",
    "date": "2023-09-26T14:58:51+01:00",
    "ocid": "ocds-h6vhtk-03eed0",
    "description": "The initial term of the contract is for 12 months with an option to extend for a further period of 12 months. The contract enables the authority to terminate services at its convenience and partially and it is envisaged that a number of applications will be removed from scope over the term as they are retired/replaced and as in-house software delivery capability is developed. The authority intends to commence a competitive procurement process for the maintenance/support of the remaining applications during the initial term. The estimated maximum contract value for this contract (PS60,340,000 GBP) is based on estimated service charges of PS31,200,000 GBP with the remaining value discretionary spend on potential project work, and assumes the option to extend the term is exercised. The project work is optional and is not guaranteed, the extension may not be necessary, and applications may be removed from scope over the term, so the actual cost of this contract may be lower than the estimated maximum contract value.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03eed0",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Application Maintenance and Support services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "The supply of Application maintenance and support services.",
        "lots": [
            {
                "id": "1",
                "description": "o provide: i) application maintenance and support for ~35 business-critical applications the majority of which are used by HM Courts and Tribunal Service; and ii) potential application development and enhancement services, as and when required. The applications vary in size, complexity, component technologies, user numbers, interfaces with other applications, security requirements, service and support hours, business criticality and hosting arrangements. Most of the applications are classed as \"heritage applications\" due to their age. Many are business critical case management or case progression systems used by the courts and are typically complex and bespoke. Applications may be removed from scope as they are retired or replaced under new supplier arrangements.",
                "hasOptions": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Nationally to include MoJ headquarters, HM Courts and tribunals"
                },
                "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_TECHNICAL",
                "description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
            }
        ],
        "procurementMethodRationale": "The authority relies on Regulation 32(2)(b)(ii) (Use of negotiated procedure without prior publication) of the Public Contracts Regulations 2015 namely: the services can only be provided by a particular economic operator, the incumbent supplier (CGI IT UK Limited), who has been providing the services forming the subject matter of this contract under a contract with the authority for the last 8 years three months which is due to expire on 31.08.23, because competition is absent for technical reasons, and no reasonable alternative substitute exists and the absence of competition is not the result of an artificial narrowing down of the parameters of the procurement for the following reasons. (a) no other supplier has the necessary technical knowledge and experience to provide the services, because: i) most of the applications are bespoke and 'heritage applications' with many over 18 years old. The heritage applications are difficult to maintain because of their age and complexity and the extent to which they have been changed over the years and require very specialist technical knowledge and experience, e.g. skills/experience in using aged programming languages such as Fortran, COBOL, Pascal and C. The number of people with the skills, knowledge and experience to maintain and/or enhance them is limited outside CGI, which has developed significant knowledge and experience of how the applications were built and developed and how they operate and interface with each other; and ii) delivering the services relies on non-live development and test environments, and management access to the live environments, both to provide ongoing support and to undertake application development/enhancement. For a replacement supplier to provide the services, they would need access to the same/equivalent existing non-live development and test environments. To build and implement equivalent development and test environments would take around 12 months and be challenging, expensive and risky without the necessary application knowledge/experience. A replacement supplier would additionally need to establish infrastructure, connectivity and processes to allow secure management access to the live environments, e.g. to investigate maintenance issues or for boarding purposes i.e. to deploy new applications/code. (b) even if it was theoretically possible that another supplier(s) did have the necessary technical knowledge/experience, which the authority does not consider to be the case, it is estimated to take a minimum of 18-24 months for a procurement to be run and any replacement supplier(s) to be able to deliver the services (6 to 12 months to run a competition to award to another supplier depending on the route/process and around 12 months to transition) whereas the services are required from 01.09.2023.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "N/A"
                        },
                        "newValue": {
                            "text": "Application maintenance and support services"
                        },
                        "where": {
                            "section": "II.1.1",
                            "label": "Title"
                        }
                    },
                    {
                        "oldValue": {
                            "text": "N/A"
                        },
                        "newValue": {
                            "text": "Application maintenance and support services"
                        },
                        "where": {
                            "section": "Awarded contract",
                            "label": "Awarded contract"
                        }
                    }
                ]
            }
        ]
    },
    "awards": [
        {
            "id": "023462-2023-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "hasSubcontracting": true,
            "subcontracting": {
                "minimumPercentage": 0.15,
                "maximumPercentage": 0.15,
                "description": "Support and/or optional development services for some of the applications."
            },
            "suppliers": [
                {
                    "id": "GB-FTS-89951",
                    "name": "CGI UK Ltd"
                }
            ]
        },
        {
            "id": "027402-2023-1",
            "relatedLots": [
                "1"
            ],
            "title": "Application Maintenance and Support Services",
            "status": "active",
            "hasSubcontracting": true,
            "subcontracting": {
                "minimumPercentage": 0.13,
                "maximumPercentage": 0.13,
                "description": "Support and maintenance of applications."
            },
            "suppliers": [
                {
                    "id": "GB-FTS-92779",
                    "name": "CGI Uk ltd"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-89950",
            "name": "The Secretary of State for Justice",
            "identifier": {
                "legalName": "The Secretary of State for Justice",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "LONDON",
                "region": "UKI",
                "postalCode": "SW1H 9AJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Jonathan Bowdery",
                "telephone": "+44 2033343555",
                "email": "luis.moedinger@justice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.justice.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",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-89951",
            "name": "CGI UK Ltd",
            "identifier": {
                "legalName": "CGI UK Ltd",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "20 Fenchurch Street, 14th Floor",
                "locality": "London",
                "region": "UK",
                "postalCode": "EC3M 3BY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "enquiry.uk@cgi.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.cgi.com/uk/en-gb",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-2059",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "reviewContactPoint"
            ]
        },
        {
            "id": "GB-FTS-6365",
            "name": "Ministry of Justice",
            "identifier": {
                "legalName": "Ministry of Justice",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1H 9AJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 02033343555",
                "email": "ccmd_dandt_and_ps_commercial_support_requests@justice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-justice",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-92779",
            "name": "CGI Uk ltd",
            "identifier": {
                "legalName": "CGI Uk ltd",
                "id": "00947968"
            },
            "address": {
                "streetAddress": "20 Fenchurch Street, 14th Floor",
                "locality": "London",
                "region": "UK",
                "postalCode": "EC3M 3BY",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-90151",
            "name": "High Courts of Justice",
            "identifier": {
                "legalName": "High Courts of Justice"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-6365",
        "name": "Ministry of Justice"
    },
    "contracts": [
        {
            "id": "023462-2023-1",
            "awardID": "023462-2023-1",
            "status": "active",
            "value": {
                "amount": 60340000,
                "currency": "GBP"
            },
            "dateSigned": "2023-08-02T00:00:00+01:00"
        },
        {
            "id": "027402-2023-1",
            "awardID": "027402-2023-1",
            "title": "Application Maintenance and Support Services",
            "status": "active",
            "value": {
                "amount": 60340000,
                "currency": "GBP"
            },
            "dateSigned": "2023-08-25T00:00:00+01:00"
        }
    ],
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}