Digital Outcomes 6

A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Services)
Duration
23.5 month
Value
£813M
Sector
TECHNOLOGY
Published
13 Jan 2022
Delivery
To 24 Aug 2025 (est.)
Deadline
24 Feb 2022 15:00

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 0 suppliers

Description

Crown Commercial Service as the contracting authority intends to 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 have a need for a compliant procurement vehicle to access digital outcomes and user research services.

Lot Division

1 Digital Outcomes
  • Value: £788M

Digital outcomes suppliers can help research, test, design, build, release, iterate, support or retire a digital service. Digital outcomes suppliers must work according to: ● the Technology Code of Practice: https://www.gov.uk/guidance/the-technology-code-of-practice ● and understand what it means to work on one of the Discovery, Beta, Live or Retirement phases described in the Service Manual: https://www.gov.uk/service-manual ● 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: https://www.gov.uk/government/collections/open-standards-for-government-data-and-technology Examples of recent digital outcomes include: — a discovery phase to create an information systems vision for the business functions of an NHS department, — development of online resources to support medieval history teaching in secondary schools, — the build of an online, front-end billing application to replace a paper-based system for Ministry of Justice. —Services must be exclusively delivered by the supplier personnel (where supplier personnel is defined as employees or subcontractors). —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. Digital outcomes suppliers must provide at least one of the following capabilities: Performance analysis and data Security Service delivery Software development Support and operations Testing and auditing User experience and design User research

2 User Research Studios
  • Value: £10M

User research should inform the development of all government digital services. User research studios suppliers must provide: — user research studio hire in the right location on specific dates; with the required technical facilities to enable observation and recording of people as they engage with designs, prototypes and live public sector services.

3 User Research Participants
  • Value: £15M

All government digital services will: — use research to develop a deep knowledge of who the service users are and what that means for the design of the service, — have a plan for ongoing user research and usability testing to continuously seek feedback from users to improve the service. User research participants suppliers must provide: — access to user research participants who best reflect the users of a service.

Renewal Options

Optional 12 month extension

Award Criteria

Quality 100
price 0

CPV Codes

  • 72000000 - IT services: consulting, software development, Internet and support
  • 72230000 - Custom software development services
  • 72232000 - Development of transaction processing and custom software
  • 73110000 - Research services
  • 73111000 - Research laboratory services
  • 79300000 - Market and economic research; polling and statistics

Indicators

  • Restrictions apply to the lot award allocation.
  • This is a one-off contract (no recurrence)
  • Renewals are available.
  • Professional qualifications are sought.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/08c8b0bc-ed2d-4698-8dc8-875124... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. 4) Procurement documents - Invitation to Tender and T’s & C’s 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 should 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. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. 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 – Invitation to tender documentation). In such cases, Call-offs from this Framework Agreement will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework Agreement and any Call-off Contracts to reflect that buyer’s specific needs. Registering for access: This procurement will be managed electronically via the Digital Marketplace. This will be the route for sharing all information and communicating with bidders. For assistance relating to how to log in to Digital MarketPlace please contact the Crown Commercial Service service desk operated by email at cloud_digital@crowncommercial.gov.uk

Reference

Domains