Contract

Digital Outcomes 6

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

F20: Modification notice

Notice identifier: 2024/S 000-040461

Procurement identifier (OCID): ocds-h6vhtk-030ae9

Published 16 December 2024, 2:48pm



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

Contact

The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)

Email

supplier@crowncommercial.gov.uk

Telephone

+44 345102222

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Digital Outcomes 6

Reference number

RM1043.8

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.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement at the time of conclusion of the contract:

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 had a need for a compliant procurement vehicle to access digital outcomes and user research services.

two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Start date

28 June 2022

End date

27 March 2026

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: 2023/S 000-026014


Section five. Award of contract/concession

Contract No

RM1043.8

Lot No

All Lots

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

28 June 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

See Contracts Finder Notice for full supplier list

9th Floor, The Capital Building, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

NUTS code
  • UK - United Kingdom
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: £813,000,000


Section six. Complementary information

six.3) Additional information

The value provided in Section V.2.4 is only an estimate. We cannot guarantee to suppliers any

business through this Commercial Agreement.

A full list of successful suppliers is available on Contracts Finder. As part of this contract

award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/e19ea023-118d-4ed7-aac8-1425b9188966

1) List of Successful Suppliers

2) Approved Customer list

3) Transparency Agenda

On 02/04/2014, 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-security-classifications

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.

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 Building, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Internet address

https://www.gov.uk/ccs


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.1.3) 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 had a need for a compliant procurement vehicle to access digital outcomes and user research services.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Start date

28 June 2022

End date

27 March 2026

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£813,000,000

seven.1.7) Name and address of the contractor/concessionaire

See Contracts Finder Notice for full supplier list

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

https://www.gov.uk/ccs

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):

CCS proposes to extend the Framework Agreement for a period of nine (9)

months from its scheduled expiry date. The extended Framework Agreement will expire on 27/03/2026.

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:

Due to the recent decision made by Government to delay the implementation of the Procurement Act 23, Crown Commercial Service (CCS) believes that the first condition set out in Regulation 72(1)(c) Public Contracts Regulations 2015 has been fulfilled in respect of the Framework Agreement. In order to enable CCS to ensure its portfolio is ready for the new implementation date of 24/02/2025, and to safeguard the significant work already completed in the development of the replacement agreement under the new regulations, CCS proposes to extend the Framework Agreement for a period of nine (9) months from its scheduled expiry date. The extended Framework Agreement will expire on 27/03/2026.

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: £813,000,000

Total contract value after the modifications

Value excluding VAT: £813,000,000