Digital and Legacy Application Services (DALAS)

A Contract Award Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Services)
Duration
not specified
Value
£2B
Sector
TECHNOLOGY
Published
22 Sep 2023
Delivery
not specified
Deadline
n/a

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 1 suppliers

Description

Crown Commercial Service (CCS), working with HM Revenue and Customs (HMRC), has procured a new Framework Agreement for IT Digital and Legacy Application Services (DALAS). The DALAS framework will provide a strategic gateway to support the delivery of future application services and move HMRC toward an application services support model that is less dependent upon legacy technologies. The framework will provide a commercial vehicle to replace existing contractual arrangements that are due to expire between September 2023 and January 2025, and will provide the basis for letting a large proportion of HMRC future application services requirements. The framework will also be available to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations. Phase 1 has been delivered which includes Lots 2a, 2b, 3 and 5. Further information is provided at section VI.3 Additional Information.

Lot Division

3 Digital, Application and Integration Run Services

Key Services: • Managing, augmenting and supporting: o new or existing custom applications or BDApps o new or existing enterprise applications o packaged software applications • New or existing middleware, including APIs, API platforms and ESBs • ESCROW services where required • Network-delivered applications • Data, database and middleware management and integration practices, techniques and tooling for achieving consistent access and smart use-case-based recovery to structured and unstructured data across federated technology stacks • Maintenance of infrastructure as code, PaaS and SaaS run and integration via technology or service stacks • Infrastructure as Code Lot 3 is in Phase 1 of the procurement. The deadline for selection stage responses, set out at IV.2.2, applies to Phase 1

5 Capability Pipeline Services

Key Services: • Dev-Ops academy • Scala academy • Pega academy • MS Dynamics and Power Platform academy • SAP academy • Service Now academy • Kong academy • TOGAF architecture academy • NICE academy • Rapid upskilling of existing staff Lot 5 is in Phase 1 of the procurement. The deadline for selection stage responses, set out at IV.2.2, applies to Phase 1.

3 Digital, Integration and Programme Development Services(Large Scale)

Key Services: • User-centred design • Integration of software lifecycle from apps dev through release and IT Ops • Process, workflow, forms and application development, deployment and live support using automated tooling to support rapid release of stable products and microservices, through discovery, alpha and beta phases, built on Dev/Sec/Ops principles by design. • Dev-Ops engineering and platform development • Rapid forms creation and deployment • Application hyper and enduring care in Dev/Sec/Ops contexts • Multi-supplier strat-hacks and hackathons • Minimum costed supplier workshare commitment to encourage investment and innovation. Lot 2a is in Phase 1 of the procurement. The deadline for selection stage responses, set out at IV.2.2, applies to Phase 1.

4 Digital, Integration and Programme Development Services

Key Services: • User-centred design • Integration of software lifecycle from apps dev through release and IT Ops • Process, workflow, forms and application development, deployment and live support using automated tooling to support rapid release of stable products and microservices, through discovery, alpha and beta phases, built on Dev/Sec/Ops principles by design. • Dev-Ops engineering and platform development • Rapid forms creation and deployment • Application hyper and enduring care in Dev/Sec/Ops contexts • Multi-supplier strat-hacks and hackathons • Minimum costed supplier workshare commitment to encourage investment and innovation. Lot 2b is in Phase 1 of the procurement. The deadline for selection stage responses, set out at IV.2.2, applies to Phase 1.

Award Detail

1 See Contracts Finder Notice for Full Supplier List (Liverpool)
  • Reference: 027990-2023-1
  • Value: £2,400,000,000

Award Criteria

Quality 75
price 25

CPV Codes

  • 72000000 - IT services: consulting, software development, Internet and support
  • 80000000 - Education and training services

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement. As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/d1126546-3abe-4e38-a144-19da4a... 1) Redacted Commercial Agreement 2) List of Successful Suppliers 3) Approved Customer list 4) Transparency Agenda On 02/04/2014, 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 were required to 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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. CCS reserved the right to award a framework to any bidder whose final score was within 1% of the last position. For Lot 2a  6 suppliers were awarded a place as opposed to the number of 5, for Lot 2b 11 suppliers were awarded a place as opposed to the number of 8, For Lot 3 6 suppliers were awarded a place as opposed to the number of 5, as was originally stated in the Contract Notice that was published on 05/10/2022. Please note: Lots 3 and 5 had a contract start date of 27/07/2023, and Lots 2a and 2b had a contract start date of 02/08/2023. All lots have a contract expiry date of 26/07/2027.

Reference

Domains