Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

1,840,000,000

  • First published: 13 August 2022
  • Last modified: 13 August 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-030b82
Published by:
Crown Commercial Service
Authority ID:
AA25880
Publication date:
13 August 2022
Deadline date:
12 September 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Business Applications Solutions: Provision of solutions including for Local Government-Specific solutions. Including identification, design, development, implementation, software, data take-on, migration, integration and security; user training, maintenance and support.

It includes Revenues and Benefits Solutions, payment processing and cash receipting solution, Civil Enforcement solutions and Other Business Application Solutions.

The associated deliverables for Lot 1 are described within Framework Schedule 1 (Specification) of the Framework Contract.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3150103503

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

I.2) 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 sent electronically to:

https://crowncommercialservice.bravosolution.co.uk


Tenders or requests to participate must be sent 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

1,840,000,000

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Crown Commercial Service (CCS) as the Authority intends to put in place a pan-Government Collaborative Agreement for the provision of Vertical Application Solutions 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. It is intended that this commercial agreement will be the recommended vehicle for all who require software that was developed to meet the needs of their particular industry, as well as the associated essential hardware and professional services required to deliver the relevant software solution, in one procurement.

II.1.5) Estimated total value

Value excluding VAT: 1 840 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Business Applications Solutions

II.2.2) Additional CPV code(s)

03000000

48170000

48217000

48311000

48311100

48440000

48441000

48442000

48444100

48445000

48450000

48451000

48517000

48900000

48931000

48983000

48984000

71356300

72000000

72200000

72210000

72211000

72212000

72212100

72212170

72212200

72212211

72212217

72212218

72212311

72212333

72212400

72212422

72212440

72212441

72212442

72212443

72212445

72212517

72212700

72212900

72232000

72260000

72261000

72262000

72263000

72265000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Business Applications Solutions: Provision of solutions including for Local Government-Specific solutions. Including identification, design, development, implementation, software, data take-on, migration, integration and security; user training, maintenance and support.

It includes Revenues and Benefits Solutions, payment processing and cash receipting solution, Civil Enforcement solutions and Other Business Application Solutions.

The associated deliverables for Lot 1 are described within Framework Schedule 1 (Specification) of the Framework Contract.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 82

Price / Weighting:  18

II.2.6) Estimated value

Value excluding VAT: 490 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The initial duration of the Framework is thirty (30) months, with an option to extend for a further period of up to eighteen (18) months.

CCS reserve the right to extend lots by varying durations

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 2

II.2.1) Title

Education, Community Health and Social Care Solutions

II.2.2) Additional CPV code(s)

48160000

48161000

48170000

48180000

48190000

48217000

48440000

48441000

48442000

48444100

48500000

48517000

48814000

48814200

48814300

48900000

48931000

48983000

71356300

72200000

72210000

72211000

72212000

72212100

72212160

72212170

72212180

72212190

72212200

72212211

72212422

72212451

72212500

72212900

72212931

72260000

72261000

72262000

72263000

72265000

72266000

72267000

72267100

72267200

72268000

72316000

72416000

72500000

72510000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of Education, Community Health and Social Care Solutions: including solution identification, design, development, implementation, software, data take-on, migration, integration and security; user training, maintenance and support.

It includes Learning Applications; Education, Academic Scheduling and Management Solutions; Community Health and Social Care market specific solutions; and Enterprise Health Solutions.

The associated deliverables for Lot 2 are described within Framework Schedule 1 (Specification) of the Framework Contract.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 82

Price / Weighting:  18

II.2.6) Estimated value

Value excluding VAT: 300 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The initial duration of the Framework is thirty (30) months, with an option to extend for a further period of up to eighteen (18) months.

CCS reserve the right to extend lots by varying durations

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 3

II.2.1) Title

Housing, Environment and Planning Solutions

II.2.2) Additional CPV code(s)

48170000

48517000

48813000

48813200

48931000

48983000

71354100

71356300

71400000

71410000

72000000

72200000

72210000

72211000

72212000

72212100

72212170

72212200

72212211

72212324

72212326

72212332

72212420

72212421

72212422

72212517

72212700

72212900

72260000

72261000

72262000

72263000

72265000

72266000

72267000

72267100

72267200

72268000

72416000

72500000

72510000

90714100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of Housing, Environment and Planning solutions including solution identification, design, development, implementation, software, data take-on, migration, integration and security; user training, maintenance and support.

It includes Environmental; Planning; Building Control; Local Land Charges; Regulatory Services; Licensing; Property, Housing Management; Geographic Information System (GIS); Waste Management Solutions; Built Environment Solutions.

The associated deliverables for Lot 3 are described within Framework Schedule 1 (Specification) of the Framework Contract.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 82

Price / Weighting:  18

II.2.6) Estimated value

Value excluding VAT: 650 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The initial duration of the Framework is thirty (30) months, with an option to extend for a further period of up to eighteen (18) months.

CCS reserve the right to extend lots by varying durations

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 4

II.2.1) Title

Citizen Services

II.2.2) Additional CPV code(s)

48160000

48161000

48170000

48332000

48517000

48931000

48983000

71356300

72000000

72200000

72210000

72211000

72212000

72212100

72212160

72212170

72212200

72212211

72212422

72212517

72212700

72212900

72260000

72261000

72263000

72265000

72266000

72267000

72267100

72267200

72416000

72500000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of Citizen Services solutions including solution identification, design, development, implementation, software, data take-on, migration, integration and security; user training, maintenance and support.

It includes Library solutions; Democratic and Citizen Engagement Systems; Museums systems; Sports and Recreation systems; Registrar systems; Burials and Crematoria Solutions.

The associated deliverables for Lot 4 are described within Framework Schedule 1 (Specification) of the Framework Contract.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 82

Price / Weighting:  18

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: Yes

Description of renewals:

The initial duration of the Framework is thirty (30) months, with an option to extend for a further period of up to eighteen (18) months.

CCS reserve the right to extend lots by varying durations

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 5

II.2.1) Title

Blue Light Solutions

II.2.2) Additional CPV code(s)

48170000

48217000

48440000

48441000

48442000

48517000

48600000

48610000

48611000

48613000

48614000

48780000

48900000

48931000

48983000

71356300

72000000

72200000

72210000

72211000

72212000

72212100

72212170

72212200

72212211

72212212

72212422

72212517

72212700

72212900

72260000

72261000

72262000

72263000

72265000

72266000

72267000

72267100

72267200

72268000

72416000

72500000

72510000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of Blue Light Service-specific solutions including solution identification, design, development, implementation, software, data take-on, migration, integration and security; user training, maintenance and support.

It includes: Crime (Investigation); Intelligence; Case and Custody Applications; Surveillance and Reconnaissance; Forensics; Integrated Command and Control Systems (ICCS); Emergency Response and Crisis Management; Fraud Detection; Digital Asset Management; Recording and Audio-visual; Data Analytics (including Management Information and Business Intelligence); Real-time analytics.

The associated deliverables for Lot 5 are described within Framework Schedule 1 (Specification) of the Framework Contract.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 82

Price / Weighting:  18

II.2.6) Estimated value

Value excluding VAT: 300 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The initial duration of the Framework is thirty (30) months, with an option to extend for a further period of up to eighteen (18) months.

CCS reserve the right to extend lots by varying durations

II.2.9) Information about the limits on the number of candidates to be invited

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

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.2.2) Contract performance conditions

Not Mandatory

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 with several operators.

IV.1.8) Information about 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:

2022/S 000-001257

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 12/09/2022

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 12/09/2022

Local time: 15:01

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

As part of this contract notice the following documents can be accessed at:

https://www.contractsfinder.service.gov.uk/Notice/422ee1d2-6ca2-4394-83c4-ad639810febe

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

The number of suppliers to be awarded a Framework Contract for each lot is unlimited. Please refer to Attachment 1 About the Framework, Section 3.

On 2.4.2014 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.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

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.

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 eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

VI.4) Procedures for review

VI.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

URL: https://www.crowncommercial.gov.uk/

VI.5) Date of dispatch of this notice

12/08/2022

Coding

Commodity categories

ID Title Parent category
72212443 Accounting software development services Programming services of application software
03000000 Agricultural, farming, fishing, forestry and related products Agriculture and Food
72416000 Application service providers Provider services
48444100 Billing system Accounting system
72212400 Business transaction and personal business software development services Programming services of application software
72212324 Charting software development services Programming services of application software
72212500 Communication and multimedia software development services Programming services of application software
48500000 Communication and multimedia software package Software package and information systems
72212170 Compliance software development services Programming services of application software
48170000 Compliance software package Industry specific software package
72510000 Computer-related management services Computer-related services
72500000 Computer-related services IT services: consulting, software development, Internet and support
72212333 Contact management software development services Programming services of application software
72212445 Customer Relation Management software development services Programming services of application software
48445000 Customer Relation Management software package Financial analysis and accounting software package
72316000 Data analysis services Data-processing services
48614000 Data-acquisition system Database systems
48600000 Database and operating software package Software package and information systems
48611000 Database software package Database systems
48610000 Database systems Database and operating software package
72232000 Development of transaction processing and custom software Custom software development services
48983000 Development software package Programming languages and tools
71354100 Digital mapping services Map-making services
72212311 Document management software development services Programming services of application software
48311000 Document management software package Document creation software package
48311100 Document management system Document management software package
72212190 Educational software development services Programming services of application software
48190000 Educational software package Industry specific software package
48613000 Electronic data management (EDM) Database systems
72212451 Enterprise resource planning software development services Programming services of application software
48451000 Enterprise resource planning software package Time accounting or human resources software package
90714100 Environmental information systems Environmental auditing
72212421 Facilities management software development services Programming services of application software
72212420 Facilities management software development services and software development services suite Programming services of application software
72212440 Financial analysis and accounting software development services Programming services of application software
48440000 Financial analysis and accounting software package Business transaction and personal business software package
72212441 Financial analysis software development services Programming services of application software
48441000 Financial analysis software package Financial analysis and accounting software package
72212442 Financial systems software development services Programming services of application software
48442000 Financial systems software package Financial analysis and accounting software package
48984000 Graphical user interface (GUI) tools Programming languages and tools
72212100 Industry specific software development services Programming services of application software
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
72212517 IT software development services Programming services of application software
48517000 IT software package Communication software package
48161000 Library management system Library software package
72212160 Library software development services Programming services of application software
48160000 Library software package Industry specific software package
72212218 License management software development services Programming services of application software
72267100 Maintenance of information technology software Software maintenance and repair services
72212326 Mapping software development services Programming services of application software
48814000 Medical information systems Information systems
72212180 Medical software development services Programming services of application software
48180000 Medical software package Industry specific software package
72212900 Miscellaneous software development services and computer systems Programming services of application software
48900000 Miscellaneous software package and computer systems Software package and information systems
72212200 Networking, Internet and intranet software development services Programming services of application software
72212212 Optical jukebox server software development services Programming services of application software
48813000 Passenger information system Information systems
48814200 Patient-administration system Medical information systems
72212211 Platform interconnectivity software development services Programming services of application software
72212000 Programming services of application software Programming services of packaged software products
72210000 Programming services of packaged software products Software programming and consultancy services
72211000 Programming services of systems and user software Programming services of packaged software products
48813200 Real-time passenger information system Passenger information system
72267200 Repair of information technology software Software maintenance and repair services
72212332 Scheduling software development services Programming services of application software
48332000 Scheduling software package Scheduling and productivity software package
72265000 Software configuration services Software-related services
72266000 Software consultancy services Software-related services
72262000 Software development services Software-related services
72212422 Software development services suites Programming services of application software
72212700 Software development services utilities Programming services of application software
72263000 Software implementation services Software-related services
72267000 Software maintenance and repair services Software-related services
72200000 Software programming and consultancy services IT services: consulting, software development, Internet and support
72268000 Software supply services Software-related services
72261000 Software support services Software-related services
72260000 Software-related services Software programming and consultancy services
48780000 System, storage and content management software package Software package utilities
71356300 Technical support services Technical services
48814300 Theatre management system Medical information systems
48450000 Time accounting or human resources software package Business transaction and personal business software package
72212931 Training software development services Programming services of application software
48931000 Training software package Training and entertainment software package
72212217 Transaction-processing software development services Programming services of application software
48217000 Transaction-processing software package Networking software package
71400000 Urban planning and landscape architectural services Architectural, construction, engineering and inspection services
71410000 Urban planning services Urban planning and landscape architectural services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.