Services - 373610-2020

07/08/2020    S152

United Kingdom-Liverpool: Data services

2020/S 152-373610

Contract notice

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
Postal address: The Capital Building, 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 3150103503
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
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://supplierregistration.cabinetoffice.gov.uk/dps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://supplierregistration.cabinetoffice.gov.uk/dps
Tenders or requests to participate must be submitted to 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
General public services

Section II: Object

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

Artificial Intelligence

Reference number: RM6200
II.1.2)Main CPV code
72300000 Data services
II.1.3)Type of contract
Services
II.1.4)Short description:

Crown Commercial Service is setting up a Dynamic Purchasing System for the supply of artificial intelligence services. Crown Commercial Service is inviting suppliers to request to participate in the Artificial Intelligence DPS.

This DPS offers a simple route to purchase artificial intelligence services in the public sector, allowing customers to access a wide range of competition in an emerging market.

If you are successfully appointed to the DPS following your submission you will be invited by customers (buyers) to submit tenders for relevant services through a call for competition. This DPS remains open for any supplier to request to participate throughout the duration of the DPS. CCS reserves the right to reduce, extend or terminate the DPS period at any time during its lifetime in accordance with the terms set out in the DPS contract.

II.1.5)Estimated total value
Value excluding VAT: 200 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
72212000 Programming services of application software
72221000 Business analysis consultancy services
72243000 Programming services
72246000 Systems consultancy services
72262000 Software development services
72263000 Software implementation services
72266000 Software consultancy services
72300000 Data services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

This DPS offers a simple route to purchase artificial intelligence services in the public sector, allowing customers to access a wide range of competition in an emerging market.

The services offered under this DPS will support customers to scope the problem or project, understand how to solve problems using AI to maximise value and increase efficiency of processes. Experienced customers are able to purchase licencing, customisation and support directly from suppliers on this DPS. Customers will also be able to access end-to-end partnerships.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 200 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 42
This contract is subject to renewal: yes
Description of renewals:

Initial term of 18 months with the option to extend for two 12-month periods.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on the RM6200 – Artificial Intelligence DPS Agreement. The procurement bid pack and registration details can be accessed via the following URL address: https://supplierregistration.cabinetoffice.gov.uk/dps

And clicking on the Technology link.

Please read the DPS needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6200 Artificial Intelligence DPS Agreement please select the ‘Access as a Supplier’ link which can be located at the URL address above. An example of how to register for the DPS platform can be found at the following YouTube generic guide

https://www.youtube.com/watch?v=1gMaIEIqEyY&authuser=0

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 procurement will be managed electronically via CCS. The value provided in section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this DPS Agreement. This procurement offering does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS. As part of this contract notice the bid pack and the following documents can be accessed at the link provided below:

1) contract notice authorised customer list;

2) rights reserved for CCS DPS Agreement.

As part of this contract notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/6fe066ea-27be-4b15-b1f4-6df76d2fa776

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2019/S 244-600328
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 04/03/2022
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

The value provided in section II.1.5) is only an estimate. The authority cannot guarantee to suppliers any business through this DPS Agreement. The authority expressly reserves the right:

(i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and

(ii) to make whatever changes it may see fit to the content and structure of the tendering competition and in no circumstances will the customer be liable for any costs incurred by the suppliers;

(iii) to make changes to the management charge applicable to this DPS in relation to both the percentage charged and the methodology used.

We consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (‘TUPE’) may apply at the call for competition.

It is the suppliers responsibility to take your own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.

On 2 April 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 should make themselves aware of the changes as it may impact on this requirement. The link below to Gov.uk 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 must be able to demonstrate they comply with the technical requirements prescribed by cyber essentials, for services under and in connection with this procurement.

VI.4)Procedures for review
VI.4.1)Review body
Official name: The Minister for the Cabinet Office acting through Crown Commercial Service
Postal address: Ninth Floor, The Capital, Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.uk
Telephone: +44 3150103503
Internet address: https://www.crowncommercial.gov.uk/
VI.5)Date of dispatch of this notice:
03/08/2020