Contract

Digital Specialist and Programmes (DSP)

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

F20: Modification notice

Notice identifier: 2024/S 000-040470

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

Published 16 December 2024, 3:04pm



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

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 Specialist 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.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 (CCS) as the Authority has 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.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Start date

21 March 2022

End date

7 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: 2022/S 000-009301


Section five. Award of contract/concession

Contract No

RM6263

Lot No

All Lots

five.2) Award of contract/concession

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

21 March 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

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: £4,000,000,000


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.

As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/efcd4360-a035-48a2-9543-7e91a97295a3

Redacted Commercial Agreement;

Contract notice transparency information for the agreement

List of Successful Suppliers;

Customer list

On 2.4.2014 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.

Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.

CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position.

For Lot 1 51 suppliers were awarded a place as opposed to the number of 50 as was originally stated in the Contract Notice that was published on 27/10/20.

For Lot 2 51 suppliers were awarded a place as opposed to the number of 50 as was originally stated in the Contract Notice that was published on 27/10/20.

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


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 (CCS) as the Authority has 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.

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

Start date

21 March 2022

End date

7 March 2026

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

Total value of the contract/lot/concession:

£4,000,000,000

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

The Minister for the Cabinet Office acting through Crown Commercial Service

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
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):

In accordance with Regulation 72 paragraph 1 (e ) of the Public Contract Regulations 2015,

CCS intends to modify the Digital Specialist and Programmes (DSP) Framework Agreement (RM6263) by extending the term by 12 months.

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 (12) months from its

scheduled expiry date. The extended Framework Agreement will expire on 07/03/2026.

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: £4,000,000,000

Total contract value after the modifications

Value excluding VAT: £4,000,000,000