Awarded contract

Digital Outcomes and Specialist 5

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F20: Modification notice

Notice reference: 2023/S 000-011662

Published 24 April 2023, 1:55pm



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 Building, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

Buyer's address

https://www.digitalmarketplace.service.gov.uk


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

14 June 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 14th of June 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

Email

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

14 June 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 14th June 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