Contract

Digital Professional Services, Technical Expertise and Rapid Resource Deployment

  • Ofgem

F03: Contract award notice

Notice identifier: 2024/S 000-006775

Procurement identifier (OCID): ocds-h6vhtk-03b371

Published 4 March 2024, 10:03am



Section one: Contracting authority

one.1) Name and addresses

Ofgem

10 South Colonnade, Canary Wharf

London

E14 4PU

Email

Procurement2@ofgem.gov.uk

Telephone

+44 2079017000

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

http://www.ofgem.gov.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA10021

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Digital Professional Services, Technical Expertise and Rapid Resource Deployment

Reference number

2023-040

two.1.2) Main CPV code

  • 72224000 - Project management consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Ofgem will engage the Supplier to provide a managed service for the provision of digital specialists and consultancy resource.

The Supplier shall provide individual experts and highly skilled project teams on a fixed delivery model, and be able to manage, deliver and assume responsibility for the outcome of various projects / programmes / requirements. The nature of requirements will include ‘Statement of Works’ (SOW) consultancy and professional services to research, test, design, build, release, iterate, support, project manage or retire digital services.

It is also expected that the Supplier will aid Ofgem in its efforts to resolve the in-house technical skills gap through both the upskilling of existing staff members in digital capabilities.

Specialist resource (individuals or teams) will be required to complete individual milestones or specific project deliverables related to the programme(s) of work. These will be communicated by Ofgem’s contract manager via a SOW on an individual project basis.

It is a mandatory requirement for Ofgem that every specialist(s) onboarded via this engagement must be Baseline Personal Security Standard (BPSS) Certified and, in special cases (Ofgem to advise if applicable to the role and circumstances), Security Clearance (SC) approved.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £18,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 72224000 - Project management consultancy services
  • 72300000 - Data services
  • 71300000 - Engineering services
  • 72212100 - Industry specific software development services
  • 71354100 - Digital mapping services
  • 72212730 - Security software development services
  • 76100000 - Professional services for the gas industry
  • 72226000 - System software acceptance testing consultancy services
  • 72220000 - Systems and technical consultancy services
  • 72246000 - Systems consultancy services
  • 72266000 - Software consultancy services
  • 72600000 - Computer support and consultancy services
  • 79411100 - Business development consultancy services
  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UK.

two.2.4) Description of the procurement

Ofgem will require the Supplier to deploy highly skilled project teams or individuals to deliver against a defined set of requirements, within an agreed and signed ‘Statement of Work’ (SOW) along with clear delivery and payment milestones for individual programmes / projects / requirements.

The nature of requirements will include, but not be limited to, consultancy and professional services, to research, test, design, build, release, iterate, support, project manage or retire digital services.

As part of the requirement, Ofgem will be looking to deploy specialists for short, medium, and potentially longer-term assignments in areas such as:

* User experience and design

* Performance analysis and data

* Security

* Technical service delivery

* Software development

* Infrastructure

* Support and operations

* Testing and auditing

* User research

* Project Management

* IT engineering, including technical leads and DevOps

* The Supplier may be expected to sub-contract outside resource where they are unable to directly deliver Ofgem's requirements due to technical speciality or within a reasonable timescale.

Ofgem would expect all services within the contract to be delivered “off-payroll”, outside of IR35.

Tenderers should expect to provide their own equipment, but may be required to use Ofgem equipment or a VPN solution in order to securely access and update sensitive documentation and content.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 75

Price - Weighting: 25

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-021151


Section five. Award of contract

Contract No

2023-040

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 February 2024

five.2.2) Information about tenders

Number of tenders received: 37

Number of tenders received from SMEs: 22

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 37

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

SATIGO Ltd (2023-040A)

70 St Mary Axe

London

EC2R 8EJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

LA International Computer Consultants Limited (2023-040B)

International House, Festival Way

Stoke on Trent

ST1 5UB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Solirius Ltd (2023-040C)

3rd Floor, 65 Leadenhall Street

London

EC3A 2AD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £18,000,000

Total value of the contract/lot: £18,000,000


Section six. Complementary information

six.3) Additional information

(MT Ref:231450)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit