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 Notice

Quality Assurance and Testing for IT Systems 2 (QAT2)

  • First published: 04 November 2023
  • Last modified: 04 November 2023

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:
ocds-h6vhtk-04116e
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
Authority ID:
AA77925
Publication date:
04 November 2023
Deadline date:
27 May 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The supplier shall have the ability to provide quality assurance and testing for IT systems to central governement and wider public sector departments.

Full notice text

Contract notice

Section I: Contracting authority

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 3454102222

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

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

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://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

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Quality Assurance and Testing for IT Systems 2 (QAT2)

Reference number: RM6148

II.1.2) Main CPV code

72590000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Crown Commercial Service (CCS) is setting up a dynamic purchasing system for a period of 48 months

and is inviting bidders to request to participate for the Quality Assurance and Testing for IT Systems 2

DPS. This DPS will provide central government and wider public sector departments the opportunity to

procure Quality Assurance and Testing services from a range of suppliers. The DPS filters are for

services, location, clearance and scalability. If you are successfully appointed to the DPS you will be

invited by customers (buyers) to submit tenders for relevant services through a competition. This DPS

remains open for any supplier to request to participate throughout its 48 month duration.

CCS reserve 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 Agreement.

The value in section II.1.5 has been increased in line with the extension of the period of validity.

II.1.5) Estimated total value

Value excluding VAT: 232 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The supplier shall have the ability to provide quality assurance and testing for IT systems to central governement and wider public sector departments.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 19

This contract is subject to renewal: Yes

Description of renewals:

Customers may enter into a contract with a supplier for a period of their determining which may exceed the RM6148 Quality Assurance and Testing for IT Systems 2 DPS Agreement, should this agreement be terminated at any time. The flexibility of the contracting period allows customers (Buyers) to determine appropriate contracting timelines required to enable the supplier to meet customer needs.

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

II.2.14) Additional information

The duration given in II.2.7 is the duration of the extension period.

This is an extension of 19 months following the initial period of 48 months.

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 the RM6148 Quality Assurance and Testing for IT Systems 2 DPS Agreement. The procurement bid pack and registration details can be accessed via the following URL address

https://supplierregistration.cabinetoffice.gov.uk/dps

and 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 RM6148 Quality Assurance and Testing for IT Systems 2 DPS Agreement 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=1gMaIEIqEyY&authuser=0

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 and 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 Agreement. 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 Agreement.

3) DPS Bid Pack

4) DPS Contract Notice Transparency Information for Crown Commercial Service Framework Agreement

As part of this contract notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/8c87b941-6fd0-42b2-82bf-85663d995501

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.1.8) 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:

2019/S 213-523086

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 27/05/2025

Local time: 17:00

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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

This DPS has been extended for 19 Months. The reasoning for this is CCS are extending this agreement to allow sufficient time to review the future design of this agreement to enable a thorough analysis and market/customer engagement to be conducted before a strategic decision can be made on the next iteration of this agreement.

The value provided in Section II.1.5) is only an estimate. The Authority cannot guarantee to suppliers any business through this DPS Agreement. The Authority expressly reserves the right:

(i) not to award any DPS Agreement 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.

(iii) to make changes to the management charge applicable to this DPS in relation to both the percentage charged and the methodology used.

We consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply at the call for competition.

It is the Supplier’s responsibility to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.

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 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

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

URL: https://www.crowncommercial.gov.uk/

VI.5) Date of dispatch of this notice

02/11/2023

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.