Tender

Digital Professional Services, Technical Expertise and Rapid Resource Deployment

  • Ofgem

F02: Contract notice

Notice identifier: 2023/S 000-021151

Procurement identifier (OCID): ocds-h6vhtk-03b371

Published 21 July 2023, 2:56pm



Section one: Contracting authority

one.1) Name and addresses

Ofgem

10 South Colonnade, Canary Wharf

London

E14 4PU

Email

Procurement2@ofgem.gov.uk

Telephone

+44 2079017000

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

http://www.ofgem.gov.uk

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

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

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

Email

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