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