Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Dyfarnu Contract

Digital and Legacy Application Services (DALAS)

  • Cyhoeddwyd gyntaf: 03 Ebrill 2024
  • Wedi'i addasu ddiwethaf: 03 Ebrill 2024

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-035b5a
Cyhoeddwyd gan:
The Minister for the Cabinet Office acting through Crown Commercial Service
ID Awudurdod:
AA77645
Dyddiad cyhoeddi:
03 Ebrill 2024
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Crown Commercial Service (CCS), working with HM Revenue and Customs (HMRC), has put in place to procure 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.

The procurement has been delivered using one restricted procedure was split into two phases. Phase 1 included Lots 2a, 2b, 3 and 5.

Phase 2 includes Lots 1, 4a and 4b.

Testun llawn y rhybydd

Hysbysiad dyfarnu contract

Canlyniadau'r weithdrefn gaffael

Adran I: Endid contractio

I.1) Enw a chyfeiriad

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Ffôn: +44 345410222

E-bost: dalasmailbox@crowncommercial.gov.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.gov.uk/ccs

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.4) Y math o awdurdod contractio

Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol

I.5) Prif weithgaredd

Arall: Public Procurement

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Digital and Legacy Application Services (DALAS)

Cyfeirnod: RM6335

II.1.2) Prif god CPV

72000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Crown Commercial Service (CCS), working with HM Revenue and Customs (HMRC), has put in place to procure 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.

The procurement has been delivered using one restricted procedure was split into two phases. Phase 1 included Lots 2a, 2b, 3 and 5.

Phase 2 includes Lots 1, 4a and 4b.

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

II.1.7) Cyfanswm gwerth y caffaeliad

Gwerth heb gynnwys TAW: 2 800 000 000.00 GBP

II.2) Disgrifiad

Rhif y Lot 4a

II.2.1) Teitl

Multi Product Configuration Services

II.2.2) Cod(au) CPV ychwanegol

72000000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

UK - United Kingdom

II.2.4) Disgrifiad o’r caffaeliad

Key Services:

• Specialist support across technology services that exist within the scope of the Lot (e.g. Kong, NICE, Pega, Service Now MS Dynamics, Power Platform,Documentum, AI Services)

• Software Licensing validation and or preferential purchasing services

• Web Hosting Services where required including PPE/sandpit environments

• Configurable platform and product maintenance, support, enhancement and release management services including AI and automation products.

• Product support during contract lifecycle, product/service creation, development and transformation through configuration of pre-built process maps, work-flows, service designators, use-cases within configurable cloudbased strategic PaaS/SaaS products to form technology stack components with a lower cost to serve profile

• Data extraction, translation, transfer, conversion and backup, recovery and disposal within target technologies or dependent products.

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 75

Price / Pwysoliad:  25

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 4b

II.2.1) Teitl

Specialist Product Configuration Services

II.2.2) Cod(au) CPV ychwanegol

72000000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

UK - United Kingdom

II.2.4) Disgrifiad o’r caffaeliad

Key Services:

• Specialist support across technology services that exist within the scope of the Lot (e.g. Kong, NICE, Pega, Service Now MS Dynamics, Power Platform,Documentum, AI Services)

• Software Licensing validation and or preferential purchasing services

• Web Hosting Services where required including PPE/sandpit environments

• Configurable platform and product maintenance, support, enhancement and release management services including AI and automation products.

• Product support during contract lifecycle, product/service creation, development and transformation through configuration of pre-built process maps, work-flows, service designators, use-cases within configurable cloudbased strategic PaaS/SaaS products to form technology stack components with a lower cost to serve profile.

• Data extraction, translation, transfer, conversion and backup, recovery and disposal within target technologies or dependent products.

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 75

Price / Pwysoliad:  25

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 1

II.2.1) Teitl

Value Realisation and Design Services

II.2.2) Cod(au) CPV ychwanegol

72000000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Key Services:

• Capability analysis and support

• Enterprise architecture advice, design and delivery support

• Operating model assessment, design and delivery support

• Strategy assessment, design and delivery

• Service, Technical and Solution architecture advice, design, integration and delivery

• Project-based design and delivery services

• Intelligent client support/technology validation services

• Service and product transformation assessment, design and delivery.

• Legacy service decommissioning and disposal

• Hackathons and Facilitated 'Citizen Coder' sessions

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 75

Price / Pwysoliad:  25

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gyfyngedig

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2022/S 000-028003

Section V: Dyfarnu contract

Rhif y Lot: 1

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

05/03/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 30

Nifer y tendrau a ddaeth i law gan BBaChau: 10

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 30

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street

liverpool

L3 9PP

UK

Ffôn: +44 3454102222

E-bost: supplier@crowncommercial.gov.uk

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: 2 800 000 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

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/1a0a796f-39f9-4c67-a656-12acfc74e815.

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 4a, six suppliers were awarded a place as opposed to the number of five as was originally stated in the Contract Notice that was published on 05/10/2022.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

liverpool

L3 9PP

UK

Ffôn: +44 345410222

E-bost: supplier@crowncommercial.gov.uk

Cyfeiriad(au) rhyngrwyd

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

VI.5) Dyddiad anfon yr hysbysiad hwn

02/04/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
72000000 Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth Gwasanaethau Cyfrifiadurol a Chysylltiedig

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
dalasmailbox@crowncommercial.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.