Section one: Contracting authority
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
Contact
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Digital Outcomes 6
Reference number
RM1043.8
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
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 had a need for a compliant procurement vehicle to access digital outcomes and user research services.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £813,000,000
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
Digital outcomes suppliers will help research, test, design, build, release, iterate, support or retire a digital service.
Digital outcomes suppliers will work according to:
● the Technology Code of Practice: https://www.gov.uk/guidance/the-technology-code-of-practice
● and understand what it means to work on one of the Discovery, Beta, Live or Retirement phases described in the Service Manual: https://www.gov.uk/service-manual
● support Buyers to comply with the above through successful Service Standard assessments: https://www.gov.uk/service-manual/digital-by-default
● develop Services based on Open Standards Principles and accessible data protocols, to ensure they are interoperable: https://www.gov.uk/government/publications/open-standards-principles/open-standards-principles
● comply with any adopted open standards that are compulsory in government: https://www.gov.uk/government/collections/open-standards-for-government-data-and-technology
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 must be exclusively delivered by the supplier personnel (where supplier personnel is defined as employees or subcontractors).
-Any supplier wishing to provide services through an agency model should be aware that other CCS agreements are available to offer services as an agency.
Digital outcomes suppliers will provide at least one of the following capabilities:
Performance analysis and data
Security
Service delivery
Software development
Support and operations
Testing and auditing
User experience and design
User research
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
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
two.2) Description
two.2.1) Title
User Research Studios
Lot No
2
two.2.2) Additional CPV code(s)
- 73110000 - Research services
- 73111000 - Research laboratory services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
User research will inform the development of all government digital services. User research studios suppliers will provide:
- user research studio hire in the right location on specific dates; with the required technical facilities to enable observation and recording of people as they engage with designs, prototypes and live public sector services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
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
two.2) Description
two.2.1) Title
User Research Participants
Lot No
3
two.2.2) Additional CPV code(s)
- 73110000 - Research services
- 79300000 - Market and economic research; polling and statistics
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
All government digital services will:
- use research to develop a deep knowledge of who the service users are and what that means for the design of the service,
- have a plan for ongoing user research and usability testing to continuously seek feedback from users to improve the service. User research participants suppliers must provide:
- access to user research participants who best reflect the users of a service.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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: 2022/S 000-001105
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 June 2022
five.2.2) Information about tenders
Number of tenders received: 999
Number of tenders received from tenderers from other EU Member States: 999
Number of tenders received by electronic means: 999
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
See Contracts Finder Notice for full supplier list
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £813,000,000
Total value of the contract/lot: £813,000,000
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/e19ea023-118d-4ed7-aac8-1425b9188966s
1) List of Successful Suppliers
2) Approved Customer list
3) Transparency Agenda
On 02/04/2014, 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-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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
DOS 6 was awarded on 28th June 2022 and went live on the Contract Award Service (CAS) on 14th December 2022 therefore the initial Framework period is for 24 months, expiring on 27th June 2024.
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
Internet address
six.4.2) Body responsible for mediation procedures
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 3150103503
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
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 3150103503
Country
United Kingdom