Section one: Contracting authority/entity
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Digital Outcomes and Specialist 5
Reference number
RM1043.7
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.2) Description
two.2.1) Title
Digital Outcomes
Lot No
1
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
- 72230000 - Custom software development services
- 72232000 - Development of transaction processing and custom software
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement at the time of conclusion of the contract:
The successful suppliers for Digital outcomes suppliers will help research, test, design, build, release, iterate, support or retire a digital service. Digital outcomes suppliers will — comply with the technology code of practice
(https://www.gov.uk/servicemanual/technology/code-of-practice.html),
— work according to the government service design manual (https://www.gov.uk/service-manual), — understand what it means to work on one of thediscovery, alpha, beta, live or retirement phases outlined in the government service design manual(https://www.gov.uk/service-manual).
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 will be exclusively delivered by the supplier personnel (where supplier
personnel is defined as employees or subcontractors). —Any supplier who provide services through an agency model are aware that other CCS
agreements are available to offer services as an agency.
Digital outcomes suppliers will provide at least one of the following:
performance analysis and data
security
service delivery
software development
support and operations
testing and auditing
user experience and design
user research
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
End date
19 July 2023
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.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2021/S 000-002539
Section five. Award of contract/concession
Contract No
1
Lot No
1
Title
Digital Outcomes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
19 January 2022
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Super User Studio Limited
London
EC4R 1EB
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
06717922
The contractor/concessionaire is an SME
No
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £200,000,000
Section six. Complementary information
six.3) Additional information
The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.
As part of this contract award notice the following can be accessed at:
https://www.contractsfinder.service.gov.uk/Notice/30bbc7ba-0d56-4083-aca1-f701d15c94d8
1) Redacted Commercial Agreement;
2) List of Successful Suppliers; A full list of the 3340 suppliers are available.
3) Customer list
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 were required to 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-securityclassifications
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 were required to demonstrate
they comply with the technical requirements prescribed by Cyber Essentials, for services under and in
connection with this procurement.
Please note this contract has now been extended to the 19th of July 2023 for all 4 lots. Please refer to the contract award notice for full details of the 4 lots: https://www.find-tender.service.gov.uk/Notice/002539-2021
six.4) Procedures for review
six.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
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
seven.1.2) Additional CPV code(s)
- 73110000 - Research services
- 79300000 - Market and economic research; polling and statistics
seven.1.3) Place of performance
NUTS code
- UK - United Kingdom
seven.1.4) Description of the procurement:
Crown Commercial Service as the contracting authority has 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 requested a compliant procurement vehicle to access digital outcomes, specialists and supporting services
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
End date
19 July 2023
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£2,000,000,000
seven.1.7) Name and address of the contractor/concessionaire
Super User Studio Limited
EC4R 1EB
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
06717922
The contractor/concessionaire is an SME
No
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
Pursuant to Clause 24 (Variations) of the Core Term, CCS intends to extend the term of RM1043.7 DOS 5 Framework for a period of up to 3 months.
seven.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
The DOS 5 Framework will now expire on 19th July 2023.
Whilst ordinarily variations are agreed by the parties in writing, given the nature of this short extension, your continued acceptance of new call-off contracts during the extension period will be deemed acceptance of the extension.
If you are not content for your framework contract to continue beyond 19 April 2023 for a further 3 months then please contact cloud_digital@crowncommercial.gov.uk
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £200,000,000
Total contract value after the modifications
Value excluding VAT: £2,000,000,000