Section one: Contracting authority
one.1) Name and addresses
Ofgem
10 South Colonnade, Canary Wharf
London
E14 4PU
Telephone
+44 2079017000
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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 seeks to engage a successful tenderer(s) to provide a managed service for the provision of digital specialists and consultancy resource.
The successful tenderer(s) 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 successful tenderer(s) 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.1.5) Estimated total value
Value excluding VAT: £15,000,000
two.1.6) Information about lots
This contract is divided into lots: No
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 successful tenderer(s) 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
* Supplier and procurement management (Working with Ofgem’s Procurement and Digital Commercial Teams)
* The tenderer 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.
Further information can be found in the attached 2023-040 Rapid Resource Deployment ITT document.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 75
Price - Weighting: 25
two.2.6) Estimated value
Value excluding VAT: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The contract will be in place for an initial 2 years with the option to extend for up to 2 x 12 month periods.
two.2.10) Information about variants
Variants will be accepted: No
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.2.14) Additional information
Further information can be found in the attached 2023-040 Rapid Resource Deployment ITT document.
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
Further information can be found in the attached 2023-040 Rapid Resource Deployment ITT document.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Further information can be found in the attached 2023-040 Rapid Resource Deployment ITT document.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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 000-007690
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 August 2023
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
16 August 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: After the final extension period if utilised
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Further information can be found in the attached 2023-040 Rapid Resource Deployment ITT document.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=229908.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:229908)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
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