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

Digital Outcomes and Specialists 5

  • First published: 10 February 2021
  • Last modified: 10 February 2021

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:
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
Authority ID:
AA77925
Publication date:
10 February 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Digital outcomes suppliers will help research, test, design, build, release, iterate, support or retire a digital service. Digital outcomes suppliers will — comply with the technology code of practice

(https://www.gov.uk/servicemanual/technology/code-of-practice.html),

— work according to the government service design manual (https://www.gov.uk/service-manual),

— understand what it means to work on one of the discovery, alpha, beta, live or retirement phases outlined in the government service design manual (https://www.gov.uk/service-manual).

Examples of recent digital outcomes include:

— a discovery phase to create an information systems vision for the business functions of an NHS department,

— development of online resources to support medieval history teaching in secondary schools,

— the build of an online, front-end billing application to replace a paper-based system for Ministry of Justice,

— services will be exclusively delivered by the supplier personnel (where supplier personnel is defined as employees or subcontractors),

— any supplier who provide services through an agency model are aware that other CCS agreements are available to offer services as an agency.

Digital outcomes suppliers will provide at least one of the following:

— performance analysis and data,

— security,

— service delivery,

— software development,

— support and operations,

— testing and auditing,

— user experience and design,

— user research.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

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

Address of the buyer profile: https://www.digitalmarketplace.service.gov.uk

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

Digital Outcomes and Specialists 5

Reference number: RM1043.7

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Crown Commercial Service as the contracting authority put 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).

These bodies requested a compliant procurement vehicle to access digital outcomes, specialists and supporting services.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 2 000 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Digital Outcomes

II.2.2) Additional CPV code(s)

72000000

72230000

72232000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Digital outcomes suppliers will help research, test, design, build, release, iterate, support or retire a digital service. Digital outcomes suppliers will — comply with the technology code of practice

(https://www.gov.uk/servicemanual/technology/code-of-practice.html),

— work according to the government service design manual (https://www.gov.uk/service-manual),

— understand what it means to work on one of the discovery, alpha, beta, live or retirement phases outlined in the government service design manual (https://www.gov.uk/service-manual).

Examples of recent digital outcomes include:

— a discovery phase to create an information systems vision for the business functions of an NHS department,

— development of online resources to support medieval history teaching in secondary schools,

— the build of an online, front-end billing application to replace a paper-based system for Ministry of Justice,

— services will be exclusively delivered by the supplier personnel (where supplier personnel is defined as employees or subcontractors),

— any supplier who provide services through an agency model are aware that other CCS agreements are available to offer services as an agency.

Digital outcomes suppliers will provide at least one of the following:

— performance analysis and data,

— security,

— service delivery,

— software development,

— support and operations,

— testing and auditing,

— user experience and design,

— user research.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 100

Price / Weighting:  0

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

II.2.14) Additional information

Initial 12 months with an optional 12 month extension.

Lot No: 2

II.2.1) Title

Digital Specialist’s

II.2.2) Additional CPV code(s)

72000000

72230000

72232000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The Digital specialist’s suppliers provide government departments and teams with specialists for work on a service, programmed or projects. The work they do has a defined scope and deliverable.

Digital specialists suppliers will:

— only provide specialists from their existing team,

— offer evidence of competence in each role if requested by the buyer,

— ensure all roles support the government service design manual’s description.

(https://www.gov.uk/service-manual/the-team) of what you need to build a successful service.

Examples of digital specialist briefs include:

— a user researcher for the discovery phase of the prison visits tool,

— a delivery manager to work on the transition of the replacement driving licence product from beta to live,

— a front-end developer to work on the beta of the MOT recording product, which is part of the MOT registrations service,

— services must be exclusively delivered by the supplier personnel (where supplier personnel is defined as employees or sub-contractors),

— suppliers who provide services through an agency model are aware that other CCS agreements are available to offer services as an agency.

Digital specialists suppliers must provide at least one of the following roles:

— agile coach,

— business analyst,

— communications manager,

— content designer,

— cyber security consultant,

— delivery manager or project manager,

— designer,

— developer,

— performance analyst,

— portfolio manager,

— product manager,

— programme delivery manager,

— quality assurance analyst,

— service manager,

— technical architect,

— user researcher— visual designer,

— web operations engineer,

— data engineer,

— data scientist,

— data architect.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 100

Price / Weighting:  0

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

II.2.14) Additional information

Initial 12 months with an optional 12 month extension.

Lot No: 3

II.2.1) Title

User Research Studios

II.2.2) Additional CPV code(s)

73111000

73110000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

User research should inform the development of all government digital services.

User research studios suppliers must provide:

— user research studio hire in the right location on specific dates.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 100

Price / Weighting:  0

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

User Research Participants

II.2.2) Additional CPV code(s)

73110000

79300000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

All government digital services will:

— use research to develop a deep knowledge of who the service users are and what that means for the design of the service,

— have a plan for ongoing user research and usability testing to continuously seek feedback from users to improve the service.

User research participants suppliers must provide:

— access to user research participants who best reflect the users of a service.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 100

Price / Weighting:  0

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

II.2.14) Additional information

Initial 12 months with an optional 12 month extension.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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:

2020/S 197-478606

Section V: Award of contract

Lot No: 1

Contract No: RM1043.5

Title: Digital Outcomes

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/01/2021

V.2.2) Information about tenders

Number of tenders received: 999

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Browser London Ltd

06681071

16 Wadebridge Square

Wetherby

DT1 1AQ

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 140 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: RM1043.7

Title: Digital Specialists

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/01/2021

V.2.2) Information about tenders

Number of tenders received: 999

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Xonetic Ltd

02926318

New King's Court Tollgate, Chandler's Ford,

Eastleigh

SO53 3LG

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 575 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: RM1043.7

Title: User Research Studios

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/01/2021

V.2.2) Information about tenders

Number of tenders received: 999

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Super User Studio Ltd

Warwick House 65-66 Queen Street

London

EC4R 1EB

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 5 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Contract No: RM1043.7

Title: User Research Participants

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/01/2021

V.2.2) Information about tenders

Number of tenders received: 999

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Users Needs Ltd

11509382

390 Westdale Lane, Mapperley

Nottingham

NG3 6ES

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 20 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

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/30bbc7ba-0d56-4083-aca1-f701d15c94d8

1) Redacted Commercial Agreement;

2) List of Successful Suppliers;

3) Customer list.

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 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.

VI.4) Procedures for review

VI.4.1) Review body

The Minister for the Cabinet Office acting through the Cabinet Office

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

URL: www.crowncommercial.gov.uk

VI.5) Date of dispatch of this notice

05/02/2021

Coding

Commodity categories

ID Title Parent category
72230000 Custom software development services Software programming and consultancy services
72232000 Development of transaction processing and custom software Custom software development services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
79300000 Market and economic research; polling and statistics Business services: law, marketing, consulting, recruitment, printing and security
73111000 Research laboratory services Research services
73110000 Research services Research and experimental development 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.