Scope
Reference
Prj5912 Digital Verification Service (DVS) Register: Public Beta Phase
Description
## Objectives of the DVS Register: Public Beta Phase
The main objectives of this Contract are:
1. **Deliver the Public Beta of the DVS Register**
* Develop and launch a publicly accessible register of digital identity service providers certified against the UK digital identity and attributes trust framework.
* Ensure the register is available on GOV.UK and maintained by the Office for Digital Identities and Attributes within the Department for Science, Innovation and Technology.
2. **Collaborative Agile Delivery**
* Work in partnership between the Buyer (Department for Business, Energy, and Industrial Strategy (BEIS)) and the Supplier (Ernst & Young LLP (EY)), using agile methodologies (sprints, sprint planning, daily stand-ups, retrospectives, show & tells).
* Adjust deliverables and team composition as needed throughout the 14-month public beta phase.
3. **Continuous Improvement and Iteration**
* Continuously improve the service based on user feedback, backlog prioritisation, and alignment with policy objectives.
* Expand service functionality and refine the product through regular review and stakeholder engagement.
4. **Compliance and Standards**
* Deliver all requirements in accordance with UK government digital Design Principles, Service Standard, and Technology Code of Practice.
* Ensure technical documentation, architecture, and operational runbooks meet criteria defined by the Buyer.
5. **Defined Roles and Responsibilities**
* Key personnel from both Buyer and Supplier are identified to ensure clear communication and accountability.
* Any ad-hoc or additional deliverables will require separate SOWs or agreed variations.
**Summary:**
The contract s objectives are to deliver a robust, user-focused public beta of the DVS Register, using agile and collaborative working practices, with ongoing improvements and strict adherence to government standards. The project is structured to be flexible, responsive to change, and clearly governed by the roles and responsibilities set out in the agreement.
The public contract concerns the supply of goods, services or works by the existing supplier which are intended as an extension to, or partial replacement of, existing goods, services or works in circumstances where-
(a)a change in supplier would result in the contracting authority receiving goods, services or works that are different from, or incompatible with, the existing goods, services or works, and
(b)the difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance
Contract 1
Supplier
Contract value
- £833,333 excluding VAT
- £1,000,000 including VAT
Above the relevant threshold
Earliest date the contract will be signed
1 December 2025
Contract dates (estimated)
- 10 December 2025 to 9 June 2026
- 6 months
Main procurement category
Services
CPV classifications
- 72590000 - Computer-related professional services
Contract locations
- UK - United Kingdom
Other information
Description of risks to contract performance
Summary Table of Key Risks:
Risk Area Description
Dependencies Delays due to factors outside Supplier's control
Buyer Obligations Delays or extra costs if Buyer does not fulfil responsibilities
Change Management Unmanaged scope changes may cause disputes
Resource Availability Team changes or shortages could impact delivery
Decision-Making Slow decisions may delay project and payments
Third-Party Data/Software Reliability and accuracy risks
Security Clearance Delays if higher clearance is needed
Termination Early termination disrupts continuity, triggers payment for work-in-progress
Billing/Payment Automatic invoicing if timesheet approval is delayed
Legal/Regulatory Compliance Supplier not responsible for regulated activities or fraud detection
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Direct award
Direct award justification
Switching to direct award
Unsuccessful recruitment campaign
DSIT has faced ongoing obstacles that have prevented the successful recruitment of an internal team to deliver the required services. These challenges are outside DSIT's direct control, making it necessary to retain the current supplier (EY) to ensure continuity of service.
2. Risks of Changing Supplier
Transitioning to a new supplier at this stage would risk significant disruption, duplication of effort, and the loss of valuable embedded knowledge. Such a change could jeopardise DSIT's ability to meet statutory obligations and maintain compliance with the Data Act 2026.
3. Service Continuity and Value for Money
EY has consistently delivered excellent service, meeting and exceeding expectations. Directly awarding the contract to EY minimises delays, avoids unnecessary transition costs, and ensures critical services continue without interruption. This approach is considered the most efficient and value-for-money solution under the current circumstances.
The Procurement Act 2023, Schedule 5, sets out the justifications for direct award, including continuity of service and circumstances where only a particular supplier can deliver the required services.
Additional or repeat goods, services or works
7 The public contract concerns the supply of goods, services or works by the existing supplier which are intended as an extension to, or partial replacement of, existing goods, services or works in circumstances where-
(a)a change in supplier would result in the contracting authority receiving goods, services or works that are different from, or incompatible with, the existing goods, services or works, and
(b)the difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance.
Urgency
13 )Where-
(a)the goods, services or works to be supplied under the public contract are strictly necessary for reasons of extreme and unavoidable urgency, and
(b)as a result the public contract cannot be awarded on the basis of a competitive tendering procedure.
Schedule 5 and Section 41 of the Act permit direct award in special cases, provided a transparency notice is published and the rationale is robust.
Supplier
EY LLP
- Companies House: OC300001
1 More London Place,
London
SE1 2AF
United Kingdom
Email: ukeyenquiries@uk.ey.com
Region: UKI44 - Lewisham and Southwark
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
Contract 1
Contracting authority
Department for Science, Innovation & Technology
- Public Procurement Organisation Number: PVWZ-3216-PVQL
22 Whitehall
London
SW1A 2EG
United Kingdom
Email: paolo.muzzupappa@dsit.gov.uk
Region: UKI32 - Westminster
Organisation type: Public authority - central government