Planning

Digital Specialists and Programmes (DSP)

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

F01: Prior information notice (reducing time limits for receipt of tenders)

Notice identifier: 2021/S 000-022995

Procurement identifier (OCID): ocds-h6vhtk-02e146

Published 15 September 2021, 10:45pm



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

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

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://crowncommercialservice.bravosolution.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Other activity

Public Procurement


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Digital Specialists and Programmes (DSP)

Reference number

RM6263

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 (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of Digital, Data and Technology (DDaT) specialists and facilitate large-scale digital transformation programmes to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations.

The lotting structure of this framework is as follows:

Lot 1 - Digital Programmes

Lot 2 - Digital Specialists

Further information is included in the Additional Information section VI.3.

two.1.5) Estimated total value

Value excluding VAT: £4,000,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Digital Programmes

Lot No

1

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support
  • 72230000 - Custom software development services
  • 72231000 - Development of software for military applications
  • 72232000 - Development of transaction processing and custom software
  • 72240000 - Systems analysis and programming services
  • 72241000 - Critical design target specification services
  • 72242000 - Design-modelling services
  • 72243000 - Programming services
  • 72244000 - Prototyping services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Digital Programmes will provide Supplier Staff to deliver strategic objectives through group(s) of projects that involve research, test, design, build, release, iteration, support and/or retirement of digital services, outcomes and deliverables. Buyers will define their specific requirements covered by the programme in their Statement of Requirements.

The Supplier must work according to:

● the Technology Code of Practice,

● Service Manual, and

● understand what it means to work on one of the Discovery, Beta, Live or Retirement phases described in the Service Manual.

and support Buyers:

● to comply with the above through successful Service Standard assessments: https://www.gov.uk/service-manual/digital-by-default

● to 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

● to comply with any adopted open standards that are compulsory in government: http://standards.data.gov.uk/challenges/adopted

Suppliers under this Lot are required to have the capability and capacity to provide the following Service Provisions that will comprise the group(s) of related projects to achieve the strategic objectives of a programme:

● DevOps Services support for ongoing live services;

● Digital Definition Services. Either separately or combined Discovery (as extended under Extended Discovery under Paragraph 4.3 below) and /or Alpha phases;

● Build and Transition Services either separately combining Beta phase and/or Retirement phases (including transition to Live). It is anticipated that Live will be covered by an appropriate competition for DevOps Services;

● End-to-End Development Services with the ability to combine the full set of agile phases of Discovery through to Live; and

● Data Management (and similar) Services primarily targeted at building, enhancing and maintaining data assets, migrating data from one system to another and analysis and reporting from such data assets.

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

Digital Specialists

Lot No

2

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support
  • 72230000 - Custom software development services
  • 72231000 - Development of software for military applications
  • 72232000 - Development of transaction processing and custom software
  • 72240000 - Systems analysis and programming services
  • 72241000 - Critical design target specification services
  • 72242000 - Design-modelling services
  • 72243000 - Programming services
  • 72244000 - Prototyping services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Digital Specialists Suppliers will provide Buyers with individual Digital, Data and Technology (DDaT) specialist(s) at identified role (or roles) to deliver a specific outcome (or specific outcomes) on a service, programme and/or project. Buyers will define their specific requirements in their Statement of Requirements.

Digital specialists suppliers must:

● only provide specialists from their own existing team or through identified key subcontractors,

● offer evidence of competence in each role if requested by the buyer,

● ensure all roles support the government service design manual’s description (https://www.gov.uk/service-manual/the-team) of what you need to build a successful service.

Digital specialists suppliers must provide all the Digital, Data and Technology (DDaT) roles to be defined in the Framework Specification

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.

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.3) Estimated date of publication of contract notice

22 October 2021


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

This Prior Information Notice is to signal an intention to commence market engagement with those within the digital specialists and software application development market in order to raise supplier awareness of the framework, test supplier capability and resources to meet award criteria and to generate interest in the market.

Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk.

Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.

The value in II.1.5 is an indicative value over 4 years.

The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/RM6263 for updates and monitor Find A Tender for the publication of the contract notice.

The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further 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 properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.

To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials certified for the services under and in connection with the procurement.

The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials Scheme for services under and in connection with this procurement.

The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the [Framework Agreement] Schedule, “Security Requirement and Plan”, to meet Framework Agreement requirements. This will be released at the ITT stage.

The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the Framework Agreement Schedule, “Security Requirement and Plan”, to meet Framework Agreement requirements. This will be released at the ITT stage.

The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the Framework Agreement Schedule, “Security Requirement and Plan”, to meet Framework Agreement requirements. This will be released at the ITT stage

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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/ccs