{
    "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"
}