Cancel
Search Tenders
Back to tenders & grants page

United Kingdom-Liverpool: IT services: consulting, software development, Internet and support

Crown Commercial Services has announced a winner on 01 Jan 1970 for the following project: United Kingdom-Liverpool: IT services: consulting, software development, Internet and support.

The amount allocated for this project has not been disclosed. During this time, the company will be responsible to fulfill its obligations, as stated in the Terms and Conditions. Anyone who wish to appeal this decision can contact Crown Commercial Services

Bellow, you can find more information about the project:

General information
Donor:
Crown Commercial Services
Industry:
Business Services
Construction & Engineering
Consulting
Consumer Goods & Services
Finance & Insurance
Information Technology
Pharmaceutical & Medical
Status:
Contract award
Value:
Not available
Timeline
Published:
15 Apr 2016
Deadline:
Not available
Contacts
Name:
Not available
Phone:
Not available
Email:
Not available
Description

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: Crown Commercial Services
Postal address: 9th Floor, The Capital Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.uk

Internet address(es):

General address of the contracting authority: 9th Floor, The Capital Old Hall Street

Address of the buyer profile: http://gpsesourcing.cabinetoffice.gov.uk

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Digital Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Primarily in the UK with some limited requirements overseas.

NUTS code UK UNITED KINGDOM

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s)
Crown Commercial Service as a 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), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities. This procurement will provide access to Digital Services; building digital services requires a range of capabilities and roles.
Capabilities to be supplied through the Digital Services framework:
— Software Engineering and Ongoing Support;
— Product Development and Service Design;
— Agile Delivery Management;
— Front-end Design and Interaction Design;
— Content Design and Development;
— System Administration and Web Operations;
— User Research;
— Embedding Agile.
Roles to be supplied through the Digital Services framework:
— Developer (Junior and Senior);
— Technical Architect (Junior and Senior);
— Delivery Manager (Junior and Senior);
— Product Manager (Junior and Senior);
— Business Analyst (Junior and Senior);
— Designer (Junior and Senior);
— Content Designer (Junior and Senior);
— Web Operations (Junior and Senior);
— Security Specialist (Junior and Senior);
— Database Specialist (Junior and Senior);
— Network Specialist (Junior and Senior);
— Researcher (Junior and Senior);
— Agile Coach (Senior Only).
Experience:
This framework requires Suppliers who work in an agile way. Suppliers must develop digital services adhering to the Government Service Design Manual that meet the Digital by Default Service Standards.
This means:
— Putting the user at the centre;
— Iterate against user feedback;
— Emphasis on producing working software and releasing it often by building and testing in small 23 week sprints;
— Working quickly to deliver improvements to a service;
— All members of the team located in the same place.
Open standards, open source:

Suppliers are required to develop digital services to open standards as defined in the Government Service Design Manual. Where there is no significant overall cost difference between open and non-open source products that fulfil minimum and essential capabilities, open source will be selected on the basis of its inherent flexibility. Further details on the approach to be adopted are detailed in the Government Service Design Manual. Suppliers who are in the right place. Suppliers are required to work where Government is. Working in an Agile way means a customer's and supplier's Digital teams working together, collaboratively and collocated (i.e. the whole project team are in the same physical location. Please refer to the Government Digital Service Service Design Manual for further information on the required service standards https://www.gov.uk/servicemanual

II.1.5)Common procurement vocabulary (CPV)

72000000 IT services: consulting, software development, Internet and support, 72200000 Software programming and consultancy services, 72211000 Programming services of systems and user software, 72212000 Programming services of application software, 72221000 Business analysis consultancy services, 72223000 Information technology requirements review services, 72230000 Custom software development services, 72232000 Development of transaction processing and custom software, 72243000 Programming services, 72244000 Prototyping services, 72260000 Software-related services, 73110000 Research services, 73111000 Research laboratory services, 79300000 Market and economic research; polling and statistics

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 80 000 000 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.2)Award criteria
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
RM1043iii
IV.3.2)Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2015/S 238-432440 of 9.12.2015

Section V: Award of contract

Contract No: RM1043iii Lot No: 3 - Lot title: RM1043iii Digital Outcomes and SpecialistLot No: 2 - Lot title: RM1043iii Digital Outcomes and SpecialistLot No: 1 - Lot title: RM1043iii Digital Outcomes and SpecialistLot No: 4 - Lot title: RM1043iii Digital Outcomes and Specialist
V.1)Date of contract award decision:
3.3.2016
V.2)Information about offers
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Official name: As below
Postal address: For list of successful awarded suppliers please refer to attached link at internet address
Internet address: https://www.contractsfinder.service.gov.uk/Notice/e0a7740d-f335-4632-abf3-beebe9b34271

V.4)Information on value of contract
Total final value of the contract:
Value: 80 000 000 GBP
Excluding VAT
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
Please refer to the link below for list of successful suppliers, NUTS codes, FIPS codes. This link also shows whether the successful suppliers are a Group of Economic Operators and whether they are Small, Medium or Large Enterprises.

https://www.contractsfinder.service.gov.uk/Notice/e0a7740d-f335-4632-abf3-beebe9b34271

VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

Official name: Crown Commercial Services
Postal address: 9th Floor, The Capital Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom
Internet address: https://www.contractsfinder.service.gov.uk/Notice/e0a7740d-f335-4632-abf3-beebe9b34271

Body responsible for mediation procedures

Official name: Crown Commercial Services
Postal address: 9th Floor, The Capital Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom
Internet address: 9th Floor, The Capital Old Hall Street

VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained

Official name: Crown Commercial Services
Postal address: 9th Floor, The Capital Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom

VI.4)Date of dispatch of this notice:
13.4.2016

http://ted.europa.eu/udl?uri=TED:NOTICE:129956-2016:TEXT:EN:HTML&src=0&tabId=2
Featured tenders

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now