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 Award Notice

Quality Assurance (QA) and Testing for IT Systems.

  • First published: 22 April 2017
  • Last modified: 22 April 2017

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:
Published by:
Crown Commercial Service
Authority ID:
AA25880
Publication date:
22 April 2017
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Crown Commercial Service as the Contracting Authority has put in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies (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.

This Framework Agreement provides access to a range of services such as:

— QA & Test Delivery Ownership: responsibility for, and coordination of, all aspects of QA and Test across the business, programme and or project. Includes making QA and test rules, planning; choice of tools; and team leader.

— QA & Test Analysis: analysis, design and execution: covering a variety of test activities, test types and methods. For example, compatibility testing, accessibility testing, functional testing (including exploratory techniques).

— Test Engineering: developing and delivering test automation outlines and services. Typically working as part of a DevOps capability within an Agile development environment. Increasingly, QA & Test specialists are part of and co-located with the development and scrum teams.

— Non-Functional Testing: design and execution of tests to cover non-functional needs, including load & performance and operational acceptance.

— Integration testing: covering the strategy, planning and execution for complex, large scale technical integration testing.

— Assurance: to understand and mitigate risk during third party-led test activities, typically when working in waterfall delivery cycles or legacy contractual environments.

— Consultancy: to provide technical reviews at project, programme or departmental/business unit level to form best QA & Test practices.

Crown Commercial Service reserves the right for an electronic auction to be held by Public Sector bodies during further competition among the parties to the Framework Agreement(s).

Full notice text

CONTRACT AWARD NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor The Capital, Old Hall Street

Liverpool

L3 9PP

UK


+44 3450103503

supplier@crowncommercial.gov.uk


http://www.gov.uk/ccs

https://gpsesourcing.cabinetoffice.gov.uk

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box

public procurement

No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Quality Assurance (QA) and Testing for IT Systems.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

7

II.1.2)

Main site or location of works, place of delivery or performance

Primarily in the UK with some limited requirements overseas.


UK

II.1.3)

This notice involves a framework agreement

Checked box
Unchecked box

II.1.4)

Short description of the contract or purchase(s)

Crown Commercial Service as the Contracting Authority has put in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies (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.

This Framework Agreement provides access to a range of services such as:

— QA & Test Delivery Ownership: responsibility for, and coordination of, all aspects of QA and Test across the business, programme and or project. Includes making QA and test rules, planning; choice of tools; and team leader.

— QA & Test Analysis: analysis, design and execution: covering a variety of test activities, test types and methods. For example, compatibility testing, accessibility testing, functional testing (including exploratory techniques).

— Test Engineering: developing and delivering test automation outlines and services. Typically working as part of a DevOps capability within an Agile development environment. Increasingly, QA & Test specialists are part of and co-located with the development and scrum teams.

— Non-Functional Testing: design and execution of tests to cover non-functional needs, including load & performance and operational acceptance.

— Integration testing: covering the strategy, planning and execution for complex, large scale technical integration testing.

— Assurance: to understand and mitigate risk during third party-led test activities, typically when working in waterfall delivery cycles or legacy contractual environments.

— Consultancy: to provide technical reviews at project, programme or departmental/business unit level to form best QA & Test practices.

Crown Commercial Service reserves the right for an electronic auction to be held by Public Sector bodies during further competition among the parties to the Framework Agreement(s).

II.1.5)

Common Procurement Vocabulary (CPV)

72590000

II.1.6)

Contract covered by the government procurement agreement (GPA)

Yes

II.2)

Total final value of the contract(s)

II.2.1)

Total final value of the contract(s)

   

Section IV: Procedure

IV.1)

Type of procedure

IV.1.1)

Type of procedure

IV.2)

Award criteria

IV.2.1)

Award criteria

Unchecked box
Checked box
Quality 100

IV.2.2)

An electronic auction has been used

No

IV.3)

Administrative information

IV.3.1)

File reference number attributed by the contracting authority

RM3810

IV.3.2)

Previous publication(s) concerning the same contract


2016/S 231-421843 30-11-2016

Other previous publications

Section V: Award of contract

RM3810 Lot 7

QA & Testing Management Service

7

V.1)

Date of contract award:

 24-3-2017

V.2)

Numbers of offers received:

43

V.3)

Name and address of economic operator to whom the contract has been awarded


Quality Assurance and Testing Services for IT Systems




UK



https://www.contractsfinder.service.gov.uk/Notice/6584f001-6589-4eff-ac35-3c5eb8df7a80

V.4)

Information on value of contract

 110 000 000 GBP 

V.5)

The contract is likely to be subcontracted

Yes

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

RM3810 Lot 8

QA & Testing Consultancy Service

8

V.1)

Date of contract award:

 24-3-2017

V.2)

Numbers of offers received:

43

V.3)

Name and address of economic operator to whom the contract has been awarded


Quality Assurance and Testing Services for IT Systems




UK



https://www.contractsfinder.service.gov.uk/Notice/6584f001-6589-4eff-ac35-3c5eb8df7a80

V.4)

Information on value of contract

 110 000 000 GBP 

V.5)

The contract is likely to be subcontracted

Yes

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

RM3810 Lot 1

QA & Testing Specialists

1

V.1)

Date of contract award:

 24-3-2017

V.2)

Numbers of offers received:

45

V.3)

Name and address of economic operator to whom the contract has been awarded


Quality Assurance and Testing for IT Systems




UK



https://www.contractsfinder.service.gov.uk/Notice/6584f001-6589-4eff-ac35-3c5eb8df7a80

V.4)

Information on value of contract

 110 000 000 GBP 

V.5)

The contract is likely to be subcontracted

Yes

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

RM3810 Lot 2

Automation, Agile & DevOps

2

V.1)

Date of contract award:

 24-3-2017

V.2)

Numbers of offers received:

39

V.3)

Name and address of economic operator to whom the contract has been awarded


Quality Assurance and Testing Services for IT Systems




UK



https://www.contractsfinder.service.gov.uk/Notice/6584f001-6589-4eff-ac35-3c5eb8df7a80

V.4)

Information on value of contract

 110 000 000 GBP 

V.5)

The contract is likely to be subcontracted

Yes

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

RM3810 Lot 3

Load & Performance Testing — no work package example scenario

3

V.1)

Date of contract award:

 24-3-2017

V.2)

Numbers of offers received:

36

V.3)

Name and address of economic operator to whom the contract has been awarded


Quality Assurance and Testing for IT Systems




UK



https://www.contractsfinder.service.gov.uk/Notice/6584f001-6589-4eff-ac35-3c5eb8df7a80

V.4)

Information on value of contract

 110 000 000 GBP 

V.5)

The contract is likely to be subcontracted

Yes

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

RM3810 Lot 4

Functional Testing

4

V.1)

Date of contract award:

 24-3-2017

V.2)

Numbers of offers received:

45

V.3)

Name and address of economic operator to whom the contract has been awarded


Quality Assurance and Testing for IT Systems




UK



https://www.contractsfinder.service.gov.uk/Notice/6584f001-6589-4eff-ac35-3c5eb8df7a80

V.4)

Information on value of contract

 110 000 000 GBP 

V.5)

The contract is likely to be subcontracted

Yes

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

RM3810 Lot 5

Infrastructure Testing & Environments

5

V.1)

Date of contract award:

 24-3-2017

V.2)

Numbers of offers received:

28

V.3)

Name and address of economic operator to whom the contract has been awarded


Quality Assurance and Testing for IT Systems




UK



https://www.contractsfinder.service.gov.uk/Notice/6584f001-6589-4eff-ac35-3c5eb8df7a80

V.4)

Information on value of contract

 110 000 000 GBP 

V.5)

The contract is likely to be subcontracted

Yes

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

RM3810 Lot 6

Operational Acceptance Testing & DR

6

V.1)

Date of contract award:

 24-3-2017

V.2)

Numbers of offers received:

28

V.3)

Name and address of economic operator to whom the contract has been awarded


Quality Assurance and Testing Services for IT Systems




UK



https://www.contractsfinder.service.gov.uk/Notice/6584f001-6589-4eff-ac35-3c5eb8df7a80

V.4)

Information on value of contract

 110 000 000 GBP 

V.5)

The contract is likely to be subcontracted

Yes

Short description of the value/proportion of the contract to be subcontracted

Section VI: Complementary Information

VI.1)

Contract related to a project and/or programme financed by community funds?

No



VI.2)

Additional Information

Framework term: The duration of the Framework Agreement is a maximum of 3 years, with the first term being 2 years, with a further possible multiple extensions up to a maximum of 3 years in total.

Suppliers should note that, in accordance with the UK Government's policies on transparency, Crown Commercial Service intends to publish the text of any Framework Agreement awarded, subject to possible redactions at the discretion of Crown Commercial Service. The terms of the proposed Framework Agreement will also permit a public sector contracting authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority. Further information on transparency can be found at: https://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirementsguidance

The Contracting Authority has awarded a place on this Framework Agreement to the successful suppliers, however this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award under this Framework Agreement is a matter solely for the commercial judgement of the successful suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the agreement.

The following information has been captured in accordance with the requirements of Regulation 59 of the Public Contracts Regulations 2015.

The Authority received 1 tender from a group of economic operators.

The Authority received a total of 50 tenders in response to this procurement, all of which were received electronically via the Authority's eSourcing Suite.

The Authority received 32 tenders from SMEs.

The Authority received 1 tender from a non EU state.

The Authority received 0 tenders from EU states other than UK.

VI.3)

Procedures for appeal

VI.3.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.3.2)

Lodging of appeals

Precise information on deadline(s) for lodging appeals: There is no right of appeal in this procurement. If you have a complaint or seek to challenge the outcome, please seek your own legal advice.

VI.3.3)

Service from which information about the lodging of appeals may be obtained










VI.4)

Dispatch date of this Notice

 20-04-2017

Coding

Commodity categories

ID Title Parent category
72590000 Computer-related professional services Computer-related 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.