Opportunity

DDaT21501 - Agile IT Services Framework

  • UK Research and Innovation

F02: Contract notice

Notice reference: 2022/S 000-019700

Published 19 July 2022, 5:22pm



The closing date and time has been changed to:

26 August 2022, 1:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

UK Research and Innovation

Polaris House,North Star Avenue

SWINDON

SN21FL

Contact

ddatprocurement

Email

ddatprocurement@uksbs.co.uk

Telephone

+44 01793867005

Country

United Kingdom

NUTS code

UKK14 - Swindon

Internet address(es)

Main address

http://www.ukri.org/

one.3) Communication

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

https://beisgroup.ukp.app.jaggaer.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://beisgroup.ukp.app.jaggaer.com/

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

DDaT21501 - Agile IT Services Framework

Reference number

DDaT21501

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 final date and time for the submission of bids is Tuesday, 23rd August 2022 at 14:00PM (GMT)

DO NOT apply directly to the buyer.

All tender information MUST be submitted through the Jaggaer eSourcing Portal.

Background to Agile IT Services framework

UKRI are looking to put a framework in place which will enable the rapid, agile resourcing of specialist IT services to meet agreed outcomes and deliverables while providing a time and materials payment structure.

The intention of the framework is to allow buyers to outline a statement of work and the associated required resourcing services to deliver the work.

For the avoidance of doubt, this framework does not include contingent labour.

The setup of this framework will be whereby services of different types may be called-off at short notice against rate-card rates.

This procurement framework will run over 4 years. The value of this framework will be £9.5m excluding VAT over the term of the four years.

Demand over the duration of the framework agreement is difficult to predict, however an approximate 30+ temporary services are consistently in use across Business Systems and Innovation (BS&I) and Business Change to meet demand. This number increases / decreases based on project pipeline demand.

Services can be provided from outside of the United Kingdom however these must be provided in UK hours and with English language speakers.

All Services will be expected to comply with Customer IT Acceptable Usage, Cyber Security, Corporate Compliance policies, GDPR policies and relevant DBS Baseline Checks.

Services are to be validated as capable of the Service Type descriptions by the Framework Supplier. Liability for performance and professional indemnity sits with the Framework Supplier.

The structure of this framework will be over 9 different lots and suppliers are welcome to submit tenders for any of these lots. The framework value of £9.5m excluding VAT will be spread over the 9 different lots.

The lots are broken down as follows:-

Lot 1: Digital, Data and Technology capability

Lot 2: User Centred Design

Lot 3: Senior Data Roles

Lot 4: Salesforce

Lot 5: Workday

Lot 6: Developer

Lot 7: Solutions

Lot 8: Porfolio and Programmes

Lot 9: Functions

Each lot on the framework will be capped at 5 suppliers and will be evaluated based on a combination of price and quality elements. Please note that in the event of a tie for the 5th and 6th placed suppliers having the same score for both quality and price combined the bidder who scores the highest on quality criteria will be awarded 5th place. Upon identification of a need all suppliers will be approached to provide a bid submission on each Lot for each call-off requirement.

UK Shared Business Services Ltd (UK SBS) will be using the Jaggaer eSourcing Portal for this procurement.

To register on the Jaggaer eSourcing portal please use the link https://beisgroup.ukp.app.jaggaer.com/ and follow the instructions to register as a supplier.

If you are already registered on the Jaggaer eSourcing Portal and wish to participate in this procurement, please use the link: https://beisgroup.ukp.app.jaggaer.com/.

Once you are logged into the system you will be able to locate the Procurement you wish to leave a bid on by clicking the ITTs Open to All Suppliers and searching for the reference number DDaT21501. The relevant lot number will then be able to be viewed within the Jaegger portal.

two.1.5) Estimated total value

Value excluding VAT: £9,500,000

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

Digital, Data and Technology

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
  • UKK - South West (England)

two.2.4) Description of the procurement

Lot 1 - Digital, Data and Technology to include the following types of roles: Principal Data Analyst, Data Analyst, Senior Data Analyst. There are many more included within the tender information pack viewable within Jaggaer.

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

48

This contract is subject to renewal

No

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

User Centred Design

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
  • UKK - South West (England)

two.2.4) Description of the procurement

This Lot includes job roles such as: Head of Content Design, Content Designer, Lead Graphic Designer amongst others indicated within the tender documents available on Jaggaer.

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

48

This contract is subject to renewal

No

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

Senior Data Roles

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
  • UKK - South West (England)

two.2.4) Description of the procurement

This Lot includes job roles such as: Data Engineering Manager, Data Senior Engineer, Data Visualisation Senior Analyst amongst others indicated within the tender documents available on Jaggaer.

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

48

This contract is subject to renewal

No

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

Salesforce

Lot No

4

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

This Lot includes job roles such as: Salesforce Product Team Head, Salesforce Delivery Manager, Salesforce Business Analyst amongst others indicated within the tender documents available on Jaggaer

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

48

This contract is subject to renewal

No

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

Workday

Lot No

5

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

This Lot includes job roles such as: Workday Product Team Head, Workday Development Manager, Workday Senior Administrator amongst others indicated within the tender documents available on Jaggaer.

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

48

This contract is subject to renewal

No

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

Developer

Lot No

6

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

This Lot includes job roles such as: Platform Product Team Head, Java Senior Developer, Web Senior Developer amongst others indicated within the tender documents available on Jaggaer.

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

48

This contract is subject to renewal

No

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

Solutions

Lot No

7

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

This Lot includes job roles such as: Enterprise Architect, System Architect, Solution Architect amongst others indicated within the tender documents available on Jaggaer.

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

48

This contract is subject to renewal

No

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

Portfolio and Programme

Lot No

8

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

This Lot includes job roles such as: Senior Programme Manager, Senior Project Manager, Service Transition Manager amongst others indicated within the tender documents available on Jaggaer.

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

48

This contract is subject to renewal

No

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

Functions

Lot No

9

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)
Main site or place of performance

This Lot includes job roles such as: Test, Quality and Assurance Head, Functional Test Manager, UAT Test Manager amongst others indicated within the tender documents available on Jaggaer.

two.2.4) Description of the procurement

This Lot includes job roles such as: Test, Quality and Assurance Head, Functional Test Manager, UAT Test Manager amongst others indicated within the tender documents available on Jaggaer.

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

48

This contract is subject to renewal

No

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Selection criteria as stated in the procurement documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the procurement documents


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

Originally published as:

Date

23 August 2022

Local time

1:00pm

Changed to:

Date

26 August 2022

Local time

1:00pm

See the change notice.

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

23 August 2022

Local time

2:00pm


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

UK Shared Business Services

Polaris House, North Star Avenue

Swindon

SN2 1FL

Country

United Kingdom