Digital Resource Pool Framework
Technical Programme and Project Delivery – Lot No: 1. Technical project delivery. Microsoft Azure Cloud Product Owner(s). Microsoft Modern Workplace Product Owner(s).
United Kingdom-London: IT services: consulting, software development, Internet and support
2020/S 172-417142
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: 10 South Colonnade, Canary Wharf
Town: London
NUTS code: UKI LONDON
Postal code: E14 4PU
Country: United Kingdom
E-mail: gary.carlton@ofgem.gov.uk
Telephone: +44 2079017000
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA10021
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Digital Resource Pool Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The authority is seeking to implement a framework for the provision of resource to respond to urgent request to complete projects, develop and deploy regulatory changes, resolve system failures and deliver continuous improvement initiatives.
This framework will provide Ofgem with strategic digital resourcing partners who will provide specialists with in depth skillset for the lots for which they are awarded.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Technical Programme and Project Delivery
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Technical programme and project delivery consultancy services, including but not limited to:
— technical project delivery
— Microsoft Azure Cloud Product Owner(s)
— Microsoft Modern Workplace Product Owner(s)
— UX designers
— business analysts
— user researchers
— UI / UX content writers
— delivery managers
— change managers
— product managers.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for up to two additional 1 year periods.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Architecture
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Architecture consultancy services, including but not limited to:
— Azure Solutions Architects
— Azure Technical Leads
— Microsoft Modern Workplace Solutions Architects
— Microsoft Modern Workplace Technical Leads
— Microsoft Cloud Security Architects
— technical leads
— enterprise architects
— security architects
— technical architects
— data architects
— solution architects
— information architects.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for up to two additional 1 year periods.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
IT Engineering, Infrastructure and Network
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
IT engineering, infrastructure and network consultancy services, including but not limited to:
— infrastructure engineers
— DevOps Engineers
— network specialists
— network engineers
— technical leads
— senior software engineers
— software engineers
— automation testers.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for up to two additional 1 year periods.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Data Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Data services consultancy services, including but not limited to:
— data migration engineers
— data analysis
— data engineers
— data architects
— java developers
— data quality assurance
— digital quality assurance
— data scientists.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for up to two additional 1 year periods.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Cloud and Application
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Cloud and application consultancy services, including but not limited to:
— Azure Solutions Architects
— Azure Technical Leads
— Azure Migration Engineers
— Azure Engineers
— Microsoft Modern Workplace Solutions Architects
— Microsoft Modern Workplace Technical Leads
— Microsoft Modern Workplace Consultants
— Microsoft Modern Workplace Migration Engineers
— Microsoft Windows 10 Desktop Engineers
— Microsoft SharePoint Developers
— SharePoint Migration Engineers
— Microsoft Cloud Security Architects
— Microsoft Cloud Security Consultants
— Workplace Experience Consultants
— Azure Specialists
— data migration engineers
— sharepoint developers
— sharepoint leads.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for up to two additional 1 year periods.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Communication and Training
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Communications and training consultancy services, including but not limited to:
— instructional designers
— training delivery consultants
— business engagement leads.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for up to two additional 1 year periods.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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.2.2)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.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Suppliers are requested to register on www.mytenders.co.uk in order to participate and access procurement documents. All additional information can be found within the ‘Additional Documents’ area of this notice.
Note: to register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=220500
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:220500)
VI.4.1)Review body
Postal address: 10 South Colonnade Canary Wharf
Town: London
Postal code: E14 4PU
Country: United Kingdom
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Telephone: +44 3450103503Internet address: www.ofgem.gov.uk
VI.5)Date of dispatch of this notice: