Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Crown Commercial Service
The Capital Building, 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/government/organisations/crown-commercial-service
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.supplierregistration.cabinetoffice.gov.uk/dps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierregistration.cabinetoffice.gov.uk/dps
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
Other: Public Procurement
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Digital Inclusion and Support DPS
Reference number: RM6209
II.1.2) Main CPV code
98000000
II.1.3) Type of contract
Services
II.1.4) Short description
Crown Commercial Service is setting up a dynamic purchasing system for an initial period of 48 months. CCS is inviting bidders to request to participate in the Digital Inclusion and Support DPS. This DPS will provide central government and wider public sector departments the opportunity to find and procure a range of services relating to assisted digital support and digital inclusion support.
The three distinct categories of the DPS service filters are support type, delivery method and location.
If you are successfully appointed to the DPS following your submission you will be invited by customers (buyers) to submit tenders for relevant services through a call for competition. This DPS remains open for any supplier to request to participate throughout the duration of the DPS. CCS reserves the right to reduce, extend or terminate the DPS period at any time during its lifetime in accordance with the terms set out in the DPS contract.
II.1.5) Estimated total value
Value excluding VAT:
50 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72500000
75200000
79500000
80400000
80500000
80510000
80520000
80521000
80530000
80533000
80533100
80570000
85320000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The RM6209 Digital Inclusion and Support DPS contract will facilitate the commissioning of assisted digital and digital inclusion services that:
— give freedom and flexibility to service owners such as government bodies and local authorities to define their requirements as outcomes that meet their assisted digital and/or digital inclusion users’ needs;
— creates a competitive commercial environment in which all service providers have an equal opportunity to thrive;
— places the right value on service providers’ capabilities and remunerates them accordingly;
— supports and encourages innovation and continuous improvement in service delivery;
— supports and encourages strong collaboration across all sectors:
• central and local government,
• wider public sector organisations,
• private sector organisations (whether large, SME or micro suppliers),
• VCSE sector organisations.
The Digital Inclusion and Support DPS contract is intended to replace some of the elements available under a previous commercial agreement RM 3765 — digital training and support framework.
(https://www.crowncommercial.gov.uk/agreements/RM3765).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
50 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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:
Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on RM6209 Digital Inclusion DPS. The procurement bid pack and registration details can be accessed via the following URL address https://supplierregistration.cabinetoffice.gov.uk/dps
And by selecting the ‘Technology’ link. Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6209 DPS contract please select the ‘Access as a Supplier’ link which can be located at the URL address above. An example of how to register for the DPS platform can be found at the following YouTube generic guide https://www.youtube.com/watch?v=cngu3vHP7ug&feature=youtu.be
Please note that to register you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. The procurement will be managed electronically via CCS. The value provided in section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this DPS contract. This procurement offering does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS.
As part of this contract notice the bid pack and the following documents can be accessed at the link provided below:
1) contract notice authorised customer list,
2) rights reserved for CCS DPS contract: https://www.contractsfinder.service.gov.uk/Notice/16c875b2-487e-4851-91e8-3166db4678a
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
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
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 012-023957
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/06/2024
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The value provided in section II.1.5) is only an estimate. The authority cannot guarantee to suppliers any business through this DPS contract. The Authority expressly reserves the right:
(i) not to award any DPS contract as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition and in no circumstances will the customer be liable for any costs incurred by the suppliers.
We consider that the transfer of undertakings (Protection of Employment) Regulations 2006 (‘TUPE’) may apply at the call for competition.
It is the suppliers responsibility to take your own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.
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 should make themselves aware of the changes as it may impact on this requirement.The link below to Gov.uk 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 must be able 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
Crown Commercial Service
Liverpool
L3 9PP
UK
Telephone: +44 3450103503
E-mail: info@crowncommercial.gov.uk
Internet address(es)
URL: https://www.gov.uk/ccs
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures:
There is no right of appeal in this procurement. If you have a complaint or seek to challenge the outcome, please follow the guidance on procedure contained in the previous section.
VI.5) Date of dispatch of this notice
21/05/2020