Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
The Capital Building, 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://www.contractsfinder.service.gov.uk/Notice/08c8b0bc-ed2d-4698-8dc8-87512455eb8e
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.applytosupply.digitalmarketplace.service.gov.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
Digital Outcomes 6
Reference number: RM1043.8
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 intends to 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 have a need for a compliant procurement vehicle to access digital outcomes and user research services.
II.1.5) Estimated total value
Value excluding VAT:
813 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
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 can help research, test, design, build, release, iterate, support or retire a digital service.
Digital outcomes suppliers must work according to:
● the Technology Code of Practice: https://www.gov.uk/guidance/the-technology-code-of-practice
● and understand what it means to work on one of the Discovery, Beta, Live or Retirement phases described in the Service Manual: https://www.gov.uk/service-manual
● support Buyers to comply with the above through successful Service Standard assessments: https://www.gov.uk/service-manual/digital-by-default
● to develop Services based on Open Standards Principles and accessible data protocols, to ensure they are interoperable: https://www.gov.uk/government/publications/open-standards-principles/open-standards-principles
● to comply with any adopted open standards that are compulsory in government: https://www.gov.uk/government/collections/open-standards-for-government-data-and-technology
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 must be exclusively delivered by the supplier personnel (where supplier personnel is defined as employees or subcontractors).
—Any supplier wishing to provide services through an agency model should be aware that other CCS agreements are available to offer services as an agency.
Digital outcomes suppliers must provide at least one of the following capabilities:
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
Criteria below:
Quality criterion: Quality
/ Weighting: 100
Price
/ Weighting:
0
II.2.6) Estimated value
Value excluding VAT:
788 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Optional 12 month extension
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
User Research Studios
II.2.2) Additional CPV code(s)
73110000
73111000
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; with the required technical facilities to enable observation and recording of people as they engage with designs, prototypes and live public sector services.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 100
Price
/ Weighting:
0
II.2.6) Estimated value
Value excluding VAT:
10 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Optional 12 month extension
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
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
Criteria below:
Quality criterion: Quality
/ Weighting: 100
Price
/ Weighting:
0
II.2.6) Estimated value
Value excluding VAT:
15 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Optional 12 month extension
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/02/2022
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:
24/02/2022
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/08c8b0bc-ed2d-4698-8dc8-87512455eb8e
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
4) Procurement documents - Invitation to Tender and T’s & C’s
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.
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 – Invitation to tender documentation). In such cases, Call-offs from this Framework Agreement will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework Agreement and any Call-off Contracts to reflect that buyer’s specific needs.
Registering for access:
This procurement will be managed electronically via the Digital Marketplace. This will be the route for sharing all information and communicating with bidders.
For assistance relating to how to log in to Digital MarketPlace please contact the Crown Commercial Service service desk operated by email at cloud_digital@crowncommercial.gov.uk
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
E-mail: supplier@crowncommercial.gov.uk
Internet address(es)
URL: https://www.crowncommercial.gov.uk/
VI.5) Date of dispatch of this notice
13/01/2022