Office for National Statistics Technical Consultancy and Design Services
Lot 1: People. Lot 2: Digital and Technology. Lot 3: Logistics and General Support.
2017/S 013-019740
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Government Buildings, Cardiff Road
Newport
NP10 8XG
United Kingdom
Telephone: +44 1329444000
E-mail: census2021.transformation.programme@ons.gov.uk
NUTS code: UK
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Technical Consultancy and Design Services (TCaDS).
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
In order to assist with the delivery of the Programme, the Contracting Authority is seeking to source and appoint up to 3 Service Providers who will provide the Contracting Authority with the technical consultancy and design services (the ‘Services’) and further provide the Programme with experienced, industry-led ‘intelligent client’ function that will assist with providing advice and assurance during Programme planning and delivery.
The Contracting Authority requires Programme-level strategic and delivery advice, consultancy and insight in direct support of the Programme Senior Leadership Team. For clarity, the Contracting Authority is not looking for a partner to deliver project outputs but to provide technical expertise and experience to enable successful completion of the Programme.
The Services have been sub-divided into 3 Lots as follows:
Lot 1: People.
Lot 2: Digital and Technology.
Lot 3: Logistics and General Support.
II.1.5)Estimated total value
II.1.6)Information about lots
In the event that 1 Tenderer is successful with their Tenders for more than one Lot, the Contracting Authority reserves its rights (acting in accordance the Public Contracts Regulations 2015) to award a single contract combining the Lots that the Tenderer has been successful with.
II.2.1)Title:
People
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivering the 2021 Census will involve the Contracting Authority establishing a Field Force of upto 47 000 employees. To assist with this challenge, the Service Provider on this Lot may be asked to work with the Contracting Authority’s own in-house capability and provide technical consultancy, advisory (assurance) and design services across some or all of the following areas:
1. Field Force planning, recruitment, and training;
2. Payroll;
3. Health and Safety;
4. Facilities (Field operations offices);
5. Workflow strategy planning;
6. Organisational development;
7. Equality and inclusion;
8. Government policy and agenda;
9. Programme management and support.
Full details of the scope of the Services that the Contracting Authority is seeking to procure via this Lot are included in the procurement documents.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Contract will be for an initial period of 3 years from the start date, with option to extend for a further 3 years in 1 year increments (giving a total potential term of the Contract of 6 years). Full details of the proposed duration are included within the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Contracting Authority envisages that the Framework Agreement for this Lot will be delivered by a single Service Provider that has access to (and may therefore be able to provide) the full range of the Services that may be required by the Contracting Authority on this Lot. Full details of the scope of the services required are contained within the procurement documents.
II.2.1)Title:
Digital and Technology
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
In undertaking the 2021 Census, the Contracting Authority anticipates using several digital and technological solutions to deliver a solution capable of supporting the delivery of the predominantly online census. The activities in this area will be led by the Contracting Authority’s in-house digital, technology and methodology directorate.
To assist with delivering this challenge, the Service Provider on this Lot may be asked to work with the Contracting Authority’s own in-house capability and provide technical consultancy, advisory (assurance) and design services across some or all of the following areas:
1. Agile project management;
2. Service integration;
3. Online, digital and mobile technology and applications;
4. Data security, including information assurance;
5. Data management, including approaches to ‘Big Data’;
6. Address data;
7. Architecture (in a digital and technology context);
8. Business continuity;
9. Software development;
10. Government policy and agenda.
Full details of the scope of the Services that the Contracting Authority is seeking to procure via this Lot are included in the procurement documents.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Contract will be for an initial period of 3 years from the start date, with option to extend for a further 3 years in 1 year increments (giving a total potential term of the Contract of 6 years). Full details of the proposed duration are included within the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Contracting Authority envisages that the Framework Agreement for this Lot will be delivered by a single Service Provider that has access to (and may therefore be able to provide) the full range of the Services that may be required by the Contracting Authority on this Lot. Full details of the scope of the services required are contained within the procurement documents.
II.2.1)Title:
Logistics and General Support
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivering the 2021 Census will involve the Contracting Authority supporting a Field Force of upto 47 000 (with Census data collection collateral and associated replenishments), as well as supporting the public as a whole (through effective marketing and communications, and subsequent support and follow-up).
To assist the Contracting Authority with this challenge, the Service Provider on this Lot may be asked to work with the Contracting Authority’s own in-house capability and provide technical consultancy, advisory (assurance) and design services across some or all of the following areas:
1. Field Force logistics;
2. Printing and publishing;
3. Public support;
4. Marketing and communications;
5. Stakeholder engagement;
6. Programme and project management;
7. Procurement and commercial management.
Full details of the scope of the Services that the Contracting Authority is seeking to procure via this Lot are included in the procurement documents.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Contract will be for an initial period of 3 years from the start date, with option to extend for a further 3 years in 1 year increments (giving a total potential term of the Contract of 6 years). Full details of the proposed duration are included within the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Contracting Authority envisages that the Framework Agreement for this Lot will be delivered by a single Service Provider that has access to (and may therefore be able to provide) the full range of the Services that may be required by the Contracting Authority on this Lot. Full details of the scope of the services required are contained within the procurement documents.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Tenderers are referred to the information provided within the ITT.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Tenderers are referred to the information provided within the ITT.
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
More information about the Contracting Authority, the Census, the Programme and the 2021 Census can be found on the Contracting Authority’s website: www.ons.gov.uk.
Tenderers should note that, in accordance with the UK Government’s policies on transparency, the Contracting Authority intends to publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redaction’s at the discretion of the Contracting Authority. The terms of any Framework Agreement awarded will also permit the Contracting Authority, awarding a call-off contract under the Framework Agreement, to publish the text of that call-off contract, subject to possible redaction’s at the discretion of the Contracting Authority. Further information on transparency can be found at: https://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirements-guidance
The Contracting Authority expressly reserves the right:
(i) Not to award any call-off contract as a result of the Procurement process commenced by publication of this notice; and
(ii) To make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the Tenderer.
If the Contracting Authority decides to enter into a Framework Agreement with a successful Supplier, this does not mean that there is any guarantee of subsequent call-off contracts being awarded.
Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Tenderer.
Any orders placed under a proposed Framework Agreement will form a separate call-off contract under the scope of the Framework Agreement between the Supplier and the specific requesting Authority.
The Contracting Authority utilising the Framework Agreement reserves the right to use any electronic portal during the life of the Framework Agreement.
The duration referenced in Section II.1.4) is for the placing of orders or Framework Assignments.
The value provided in Section II.1.4) is only an estimate. The Contracting Authority cannot guarantee to Suppliers any business through this Framework Agreement.
In reference to Section IV.1.3) Framework Agreements will be concluded with the maximum number of potential providers (which is presently envisaged to be one Supplier for each Lot).
The Framework Agreement will only be for use by the Contracting Authority, the Devolved Administrations, and the following Government departments (and any future successors to these organisations): https://www.gov.uk/government/organisations
VI.4.1)Review body
London
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
ICT Managed Service Contract Southampton
Contract for HR Service Consultant Derbyshire
Human Resources External Investigator Services