We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 68836-2020

11/02/2020    S29

United Kingdom-Liverpool: IT services: consulting, software development, Internet and support

2020/S 029-068836

Prior information notice

This notice is for prior information only

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
Postal address: 9th Floor, The Capital, Old Hall Street
Town: Liverpool
NUTS code: UK UNITED KINGDOM
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.uk
Telephone: +44 3450103503
Internet address(es):
Main address: https://www.gov.uk/ccs
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
Other activity: Public Procurement

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Technology Services 3

Reference number: RM6100
II.1.2)Main CPV code
72000000 IT services: consulting, software development, Internet and support
II.1.3)Type of contract
Services
II.1.4)Short description:

Crown Commercial Service, as the authority, intends to put in place an agreement for the provision of technology services for use by Central Government and UK public sector bodies.

The scope of the agreement will cover the following:

— technology strategy and service design,

— services transition and transformation,

— operational services covering end user support, operational management, technical management and application and data management,

— major service transformation programmes,

— service integration and management.

Further details can be found at https://www.crowncommercial.gov.uk/agreements/RM6100

II.1.5)Estimated total value
Value excluding VAT: 500 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
II.2)Description
II.2.1)Title:

Technology Services

Lot No: 1
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

Technology Services 3 is the next iteration of the successful Technology Services 2 framework and will continue to cover tradition information and communication technology services, from strategy through to transition and operational deployment.

Technology Services 3 will also include new services which have been requested through supplier and customer engagement, where these are clear and separate from other CCS agreements.

II.2.14)Additional information
II.3)Estimated date of publication of contract notice:
02/06/2020

Section IV: Procedure

IV.1)Description
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes

Section VI: Complementary information

VI.3)Additional information:

A future opportunity on contract finder can be found here: [insert contracts finder link]

Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is [https://crowncommercialservice.bravosolution.co.uk].

Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.

The date in II.3) is the estimated date of publication, please refer to the CCS pipeline page http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline for updates and monitor tenders electronic daily for the publication of the OJEU contract notice.

Please be advised that in preparation to participate in this competition for this framework that:

The Cyber Essentials scheme is mandatory for central government contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further 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 properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.

To participate in the procurement for the Technology Services 3 framework, bidders will be required to demonstrate that they comply with the technical requirements prescribed by Cyber Essentials for the services under and in connection with the procurement.

The bidder may be awarded a framework contract but shall not enter into any call-off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials Scheme for services under and in connection with this procurement.

The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of Official. It will be a condition of this contract that this material must be protected. Baseline protection controls are defined in ISO 27001:2013 and further defined by the security policy framework https://www.gov.uk/government/collections/government-security.

VI.5)Date of dispatch of this notice:
07/02/2020