Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 514766-2020

28/10/2020    S210

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

2020/S 210-514766

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: info@crowncommercial.gov.uk
Telephone: +44 3450103503
Internet address(es):
Main address: https://www.gov.uk/ccs
Address of the buyer profile: https://www.crowncommercialservice.bravosolution.co.uk
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://crowncommercialservice.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://crowncommercialservice.bravosolution.co.uk
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:

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 contracting authority is putting in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies identified at VI.3) (and any future successors to these organisations), which include Central Government Departments and their Arm’s Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities.

Public sector bodies have a need for a technology service framework agreement, which will deliver local, regional and national technology service provides for the range of service outlined below.

The agreement will include but not be limited to the following tech support services:

• Hardware Management and Support;

• Software Management and Support;

• Network Management and Support;

• Data Management;

• Enterprise Security (Security Operations Centre — SOC services);

• Tech Service Discovery;

• Tech Service Disaggregation;

• Transition and Transformation of Existing Tech Services;

• Tech Strategy and Service Design.

II.1.5)Estimated total value
Value excluding VAT: 2 000 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

If during standstill we receive a substantive challenge to our decision to award and the challenge is for a certain lot, we reserve the right, to conclude a framework agreement with successful bidders for the lot(s) that have not been challenged.

II.2)Description
II.2.1)Title:

Technology Strategy and Service Design

Lot No: 1
II.2.2)Additional CPV code(s)
79410000 Business and management consultancy services
80500000 Training services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

The buyer can award a call-off contract via either completion of a further completion procedure or by applying the direct award criteria to the supplier’s catalogue.

Strategy

Where requested by the buyer, suppliers will provide a range of services and to deliver full technology strategic design to buyer. Services which may include but are not limited to:

— Capability analysis — identification of current business capability (as is) and that which will be needed for the future state (to be).

Enterprise architecture using the open group architecture framework (TOGAF) or similar.

— Technology gap assessments — the assessment and recommendation of the right technology to plug the capability gap between the as-is and the to-be.

— Business models — identification of the correct commercial and operational models to deliver the technology strategy (insourced, outsourced or multi-sourced models).

— Architectures — identification of the correct technology architecture to deliver the technology strategy (in-house hosted, private cloud, hybrid or public cloud).

— Road-mapping — the development of technology roadmaps to co-ordinate the delivery of the technology strategy.

— IT financial management — development of an IT financial management approach to support the technology strategy, in order to manage investment and costs and obtain business benefit from any investments.

Service design

Where requested by the buyer, suppliers will provide a range of services to deliver full technology service design to buyer. Services which may include but are not limited to:

— Operational service design - working with customers and end users in order to design a service delivery model that meets the current and future business needs and demand.

— Demand management — capacity planning processes and systems.

— Service levels, performance design — developing service levels and KPI’s for services in scope, their measurement and reporting and how service provider(s) may work to achieve and maintain them.

— Service availability — designing monitoring, assurance and continuity of service processes and systems to meet current and future business needs.

— Risk — ensuring proactive risk identification, mitigation and management to deliver service continuity.

— Security — appropriate security protection in line with business needs.

— Supply chain — designing, integration and management of commercial processes to ensure service integration and efficient operation in a multi supplier eco system.

— Applications — identification and specification of any appropriate databases, applications or toolsets to deliver the services.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
II.2.6)Estimated value
Value excluding VAT: 120 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
II.2)Description
II.2.1)Title:

Transition and Transformation

Lot No: 2
II.2.2)Additional CPV code(s)
51610000 Installation services of computers and information-processing equipment
80500000 Training services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

The buyer can award a call-off contract via either completion of a further completion procedure or by applying the direct award criteria to the supplier’s catalogue.

Where requested by the buyer, suppliers will provide a range of services to deliver full technology service transition and transformation to buyer. Services which may include but are not limited to:

— the identification of the transition/transformation success factors and their measurement;

— risk analysis and risk management;

— audit and due diligence activities for the present customer estate;

— project and programme management, including planning, delivery and reporting;

— implementing and managing the transition/transformation process and coordination of resources, potentially across a multi supplier environment;

— post transition/transformation review to identify if the objectives, success factors and benefits have been met and realised;

— legacy service decommissioning and disposal, including planning, delivery and coordination of activities.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
II.2.6)Estimated value
Value excluding VAT: 260 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
II.2)Description
II.2.1)Title:

Operational Services — End User Services

Lot No: 3a
II.2.2)Additional CPV code(s)
50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
51610000 Installation services of computers and information-processing equipment
80500000 Training services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

The buyer can award a call-off contract via either completion of a further completion procedure or by applying the direct award criteria to the supplier’s catalogue.

End user support

Where requested by the buyer, suppliers will provide a range of services to deliver full end user support to buyer. Services which may include but are not limited to:

— product support capabilities, including elements of hardware and software support;

— logging of problems;

— reporting and proactive results analysis of problem trends to suggest permanent fixes;

— the dispatch of service technicians and/or parts;

— end user training coordination and other technology related issues;

— end user computing and device management.

Where requested by the buyer, suppliers will provide a range of services to deliver full end user computing and device management to buyer. Services which may include but are not limited to:

— support for the full life cycle management of desktop, laptop, tablet, thin-client, handheld and peripheral assets;

— device acquisition, deployment, maintenance, change management as well as disposal;

— the hardware, software, disaster recovery and personnel required to perform the technical support, planning, process management and administration of the service.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
II.2.6)Estimated value
Value excluding VAT: 320 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
II.2)Description
II.2.1)Title:

Operational Services – Operational Management

Lot No: 3b
II.2.2)Additional CPV code(s)
50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
51610000 Installation services of computers and information-processing equipment
80500000 Training services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

The buyer can award a call-off contract via either completion of a further completion procedure or by applying the direct award criteria to the supplier’s catalogue.

IT operations and technology estate service management

Where requested by the buyer, suppliers will provide a range of services to deliver full IT operations and technology estate service management to buyer. Services which may include but are not limited to:

— support for various operating models including fully centralised, fully decentralised or ‘federated’ (hybrid);

— day-to-day system management responsibility for the technology infrastructure;

— systems operation, integration, support, administration, and performance monitoring;

— technical diagnostics/troubleshooting;

— configuration management;

— system repair;

— disposal management;

— production of management reports.

Exclusions are provision of physical premises for location of information and communications technology, including but not limited to data centres, server rooms, colocation and hosting.

Security Management

Where requested by the buyer, suppliers will provide a range of services to deliver full security management to buyer. Services which may include but are not limited to:

— managed firewall,

— identity and access management,

— intrusion detection,

— virtual private networks,

— vulnerability scanning,

— anti-viral/anti-phishing services,

— Security Operations Centre (SOC).

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
II.2.6)Estimated value
Value excluding VAT: 230 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
II.2)Description
II.2.1)Title:

Operational Services — Technical Management

Lot No: 3c
II.2.2)Additional CPV code(s)
32410000 Local area network
32420000 Network equipment
80500000 Training services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

The buyer can award a call-off contract via either completion of a further completion procedure or by applying the direct award criteria to the supplier’s catalogue.

Network infrastructure management

Where requested by the buyer, suppliers will provide a range of services to deliver full network infrastructure management to buyer. Services which may include but are not limited to:

— planning, delivering, operating, managing (including security), supporting and monitoring the on-premise local area network infrastructure (LAN) and/or its assets;

— fixed and wireless devices;

— routers and switches;

— firewalls;

— fibre optic equipment;

— Network Operations Centre (NOC).

Exclusions are telephony, mobile voice and data services, video-conferencing, audio-conferencing services, integrated communications and wide area network provisioning and connectivity.

Hardware and software asset management

Where requested by the buyer, suppliers will provide a range of services to deliver full hardware and software asset management to buyer. Services which may include but are not limited to:

— hardware and software acquisition and disposal decisions that identify and eliminate unused or infrequently used assets;

— consolidation of software licenses or proposals for new licensing models;

— accurate accounting of technology asset lifecycle costs and risks;

— processes to maximise the business value of technology and sourcing decisions.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
II.2.6)Estimated value
Value excluding VAT: 60 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
II.2)Description
II.2.1)Title:

Operational Services — Application and Data Management

Lot No: 3d
II.2.2)Additional CPV code(s)
48000000 Software package and information systems
80500000 Training services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

The buyer can award a call-off contract via either completion of a further completion procedure or by applying the direct award criteria to the supplier’s catalogue.

Data warehouse, database and data management

Where requested by the buyer, suppliers will provide a range of services to deliver data warehouse, database, and data management to buyer. Services which may include but are not limited to:

— data, database and middleware management and integration practices;

— architectural techniques and tools;

— installation, configuration, management and support (first or third party) of databases;

— data extraction, translation, transfer, conversion and backup and recovery;

— applications management, development and support.

Where requested by the buyer, suppliers will provide a range of combined or separate services delivering application development, management, and support to the buyer. Services which may include but are not limited to:

— processes and methodologies for maintaining, enhancing, managing and supporting custom or enterprise applications, packaged software applications, ESCROW or network-delivered applications including cloud platforms;

— development of new and existing applications as part of a complete application management and support solution;

— continuous and whole software lifecycle management using DevOps and Agile methodologies, to deliver further iterative application functional and non-functional changes, IT operations; and

— other activities in-line with buyer requirements and priorities;

— the process workflows, testing and quality assurance, deployment, and delivery that support continuous software lifecycle management;

— management of any third party suppliers involved in application development and support for the buyer to ensure smooth integration onto their estate.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
II.2.6)Estimated value
Value excluding VAT: 330 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
II.2)Description
II.2.1)Title:

Major Services Transformation Programmes

Lot No: 4
II.2.2)Additional CPV code(s)
32410000 Local area network
48000000 Software package and information systems
50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
51610000 Installation services of computers and information-processing equipment
79410000 Business and management consultancy services
80500000 Training services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

The buyer can only award a call-off contract through completing a further competition procedure.

Where requested by the buyer, suppliers will provide a range of services to deliver major services transformation programmes to buyer. Services which may include but are not limited to:

— service strategy and design (as per Lot 1);

— transition and transformation (as per Lot 2);

— operational management (as per Lot 3);

— programme and/or project management;

— risk management;

— issues management;

— financial management;

— resource management;

— support for either single entity (single sourced) or multiple-entities (multi-sourced) programme delivery.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
II.2.6)Estimated value
Value excluding VAT: 580 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
II.2)Description
II.2.1)Title:

Service Integration and Management

Lot No: 5
II.2.2)Additional CPV code(s)
51000000 Installation services (except software)
79410000 Business and management consultancy services
80500000 Training services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

The buyer can award a call-off contract via either completion of a further completion procedure or by applying the direct award criteria to the supplier’s catalogue.

Where requested by the buyer, suppliers will provide a range of services to deliver service integration and management strategy, design, and transition to buyer. Services which may include but are not limited to:

— the design of SIAM strategy using the most appropriate methodology;

— capability analysis;

— identification of appropriate commercial and operational business models;

— road-mapping development to coordinate the delivery of the SIAM strategy;

— IT financial management;

— identification and design of the SIAM including resources, processes and assets to meet customer and/or end user service needs;

— auditing of current service provision, continuous service improvement and development of new services;

— operational service design;

— development of service levels and key performance indicators;

— service availability design and assurance;

— supply chain design, integration and management;

— supporting application identification and specification;

— the identification of the transition/transformation success factors and their measurement;

— risk analysis and risk management;

— audit and due diligence activities;

— project and programme management;

— implementing and managing the transition/transformation process and coordination of resources, potentially across a multi supplier environment;

— post transition/transformation review to identify if the objectives, success factors and benefits have been met and realised;

— legacy service decommissioning and disposal, including planning, delivery and coordination of activities.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
II.2.6)Estimated value
Value excluding VAT: 100 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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:

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 tender (ITT) registering for access.

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
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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: 2020/S 029-068836
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 03/12/2020
Local time: 15:00
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
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 04/12/2020
Local time: 00:01

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 services covered by this procurement have been subdivided into eight lots, namely:

Lot 1: Technology Strategy and Services Design;

Lot 2: Transition and Transformation;

Lot 3a: Operational Services — End User Services;

Lot 3b: Operational Services — Operational Management Services;

Lot 3c: Operational Services — Technical Management;

Lot 3d: Operational Services — Application and Data Management;

Lot 4: Major Services Transformation Programmes;

Lot 5: Service Integration and Management.

Bidders have the opportunity to bid for all or a combination of lots.

You will be eligible for a place on lot 4 if you have been successful on lots 1, 2, 3a, 3b, 3c and 3d.

Crown commercial service reserves the right for an electronic auction to be held by contracting authority(s) during further competition among the parties to the framework agreement(s).

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/ecfc2bfc-ac6d-4741-893f-e77be73075f6

1) contract notice transparency information for the agreement;

2) contract notice authorised customer list;

3) rights reserved for CCS framework.

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 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

CCS reserve the right to award a framework to any bidder whose final score is within 1 % of the last position.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk operated by email at help@eSourcingsolution.co.uk or call 0800 069 8630.

Please note:

Some purchases under this framework agreement may have requirements that can be met under this framework agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 — About the framework within the Invitation to Tender documentation). In such cases, call-offs from this framework will be unregulated purchases for the purposes of the procurement regulations, and the buyers may, at their discretion, modify the terms of the framework and any call-off contracts to reflect that buyer’s specific needs.

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: The Capital Building, Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom
E-mail: info@crowncommercial.gov.uk
Telephone: +44 3450103503
Internet address: https://www.crowncommercial.gov.uk/
VI.5)Date of dispatch of this notice:
23/10/2020