Tender

Standard Selection Questionnaire - Digital Partners Framework

  • The Crown Estate Commissioners

F02: Contract notice

Notice identifier: 2025/S 000-004252

Procurement identifier (OCID): ocds-h6vhtk-04dcfe

Published 7 February 2025, 4:56pm



Section one: Contracting authority

one.1) Name and addresses

The Crown Estate Commissioners

1 St James's Market

London

SW1Y 4AH

Contact

Sourcing Team

Email

Sourcingteam@thecrownestate.co.uk

Telephone

+44 2078515000

Country

United Kingdom

Region code

UK - United Kingdom

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.thecrownestate.co.uk

Buyer's address

https://secure.sourcedogg.com/profile/676e86f0-50b5-4563-b7b6-529dcfeb28b7

one.3) Communication

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

https://secure.sourcedogg.com/profile/676e86f0-50b5-4563-b7b6-529dcfeb28b7/requests/66619

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://secure.sourcedogg.com/profile/676e86f0-50b5-4563-b7b6-529dcfeb28b7/requests/66619

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Standard Selection Questionnaire - Digital Partners Framework

Reference number

https://secure.sourcedogg.com/profile/676e86f0-50b5-4563-b7b6-529dcfeb28b7/requests/66619

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

The Crown Estate is embarking on a two stage (Restricted) tender to award a Framework Agreement for up to eleven Digital Partners with Digital and Data Resource capabilities across three 'Lots'. The Digital Partners Framework Agreement will support the Digital Team in delivering initiatives across the Enterprise, to address high resource demand, drive efficiencies and value, in alignment with the public procurement regulations. The key priority is to accelerate the delivery of digital services across our Marine, Urban and Windsor Strategic Business Units. This Standard Selection Questionnaire commences that two-stage tendering process.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Managed Digital Resources (Covering skilled resources to support current & future needs)

Lot No

1

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Award up to 3 Suppliers to provide a comprehensive suite of digital resources that encompasses the essential skill set to support Project management methodologies, Product lifecycle management, and Service Delivery Excellence. The resources acquired will facilitate the development, enhancement, and execution of initiatives within the portfolio, focusing on optimising performance, fostering innovation, and ensuring customer satisfaction.

two.2.5) Award criteria

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

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Additional optional 1 year extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Data & Analytics (Covering Data Management & Governance, Data Science & Analytics, Geospatial Data, Data Engineering and Tools)

Lot No

2

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Award up to 5 partners to provide both thought leadership and skilled resource to enhance our existing data capabilities, manage products and service delivery and support our Data Transformation Programme across Data Management & Governance, Data Science & Analytics, Geospatial Data and Data Engineering using advanced modern cloud native tools.

two.2.5) Award criteria

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

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Additional optional 1 year extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Smart Products and Innovation (Covering Generative AI, Quantum, and Machine Learning)

Lot No

3

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Award up to 3 Suppliers to provide Domain specialist in Emerging Technology running Incubation hub and transforming into delivery. Through this lot, we seek to enhance the ability to rapidly explore and validate innovative solutions through agile, cost-effective Proof of Concepts (POCs), with an initial focus on Artificial Intelligence (AI). While the initial focus is on AI-driven POCs, this will also cover other emerging technologies where relevant. The aim is to build internal innovation capabilities by collaborating with teams, leveraging existing technologies, and ensuring effective knowledge transfer and inform strategic decision making.

two.2.5) Award criteria

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

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Additional optional 1 year extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 11

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

10 March 2025

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

24 March 2025

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The Crown Estate Commissioners

1 St James's Market

London

SW1Y 4AH

Email

Sourcingteam@thecrownestate.co.uk

Telephone

+44 2078515000

Country

United Kingdom

Internet address

www.thecrownestate.co.uk