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
supplier@crowncommercial.gov.uk
Telephone
+44 345102222
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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
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
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
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