Tender

Quality Assurance (QA) and Testing for IT Systems

CROWN COMMERCIAL SERVICE

This public procurement record has 4 releases in its history.

TenderAmendment

19 Apr 2017 at 15:14

TenderAmendment

19 Apr 2017 at 14:20

TenderAmendment

30 Nov 2016 at 08:50

Tender

29 Nov 2016 at 13:55

Summary of the contracting process

The Crown Commercial Service is procuring a framework titled "Quality Assurance (QA) and Testing for IT Systems" aimed at UK public sector bodies, including government departments, NHS bodies, and local authorities. This procurement is currently in the award stage, with a total contract value of £110 million. The open procedure tender period is scheduled to conclude on 6th January 2017, and the contract will commence on 27th March 2017, lasting until 27th March 2020. The core industry involved is computer-related professional services, covering various aspects of QA and testing in IT systems, particularly focusing on integration and automation testing.

This tender presents significant opportunities for businesses specialising in IT services, particularly those offering QA and testing capabilities. Small and medium-sized enterprises (SMEs) are encouraged to apply, as they can leverage their agility and specialised skills to meet the requirements outlined in the tender. Prospective bidders should be prepared to provide comprehensive QA delivery, analysis, and consultancy services while ensuring they are registered on the Crown Commercial Service's e-Sourcing Suite to participate in this competitive procurement opportunity.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Quality Assurance (QA) and Testing for IT Systems

Notice Description

Crown Commercial Service as the Contracting Authority is putting 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 a range of services such as: - QA & Test Delivery Ownership: responsibility for, and coordination of, all aspects of QA and Test across the business, programme and or project. Includes making QA and test rules, planning; choice of tools; and team leader. - QA & Test Analysis: analysis, design and execution: covering a variety of test activities, test types and methods. For example, compatibility testing, accessibility testing, functional testing (including exploratory techniques). - Test Engineering: developing and delivering test automation outlines and services. Typically working as part of a DevOps capability within an Agile development environment. Increasingly, QA & Test specialists are part of and co-located with the development and scrum teams. - Non-Functional Testing: design and execution of tests to cover non-functional needs, including load & performance and operational acceptance. - Integration testing: covering the strategy, planning and execution for complex, large scale technical integration testing. - Assurance: to understand and mitigate risk during third party-led test activities, typically when working in waterfall delivery cycles or legacy contractual environments. - Consultancy: to provide technical reviews at project, programme or departmental/business unit level to form best QA & Test practices. Crown Commercial Service reserves the right for an electronic auction to be held by Public Sector bodies during further competition among the parties to the Framework Agreement(s). Additional information: Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Tender ('ITT'). This procurement will be managed electronically via the Crown Commercial Service's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite. If you have not yet registered on the e-Sourcing Suite, this can be done online at: https://gpsesourcing.cabinetoffice.gov.uk by following the link 'Supplier e-Sourcing Registration'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers Once you have registered on the e-Sourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing: ExpressionOfInterest@crowncommercial.gov.uk Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; DUNS number; and the name and contact details for the registered individual sending the email. Crown Commercial Service will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. As a user of the e-Sourcing Suite you will have access to the Emptoris messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these messages on a regular basis to ensure you have sight of all relevant information. For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Support Desk email: eEnablement@crowncommercial.gov.uk Responses must be published by the date in IV.3.4 of the OJEU Contract notice. Note that, this procurement is using SID4GOV to tender. You must register or update your account there to submit a tender. https://sid4gov.cabinetoffice.gov.uk/organisation/register

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-6af2c7b3-d184-4e52-8395-e0acaaad64a4
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/35906133-a102-4aac-b5f1-08db62522980
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72590000 - Computer-related professional services

Notice Value(s)

Tender Value
£110,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Apr 20178 years ago
Submission Deadline
6 Jan 2017Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
26 Mar 2017 - 27 Mar 2020 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CROWN COMMERCIAL SERVICE
Contact Name
Not specified
Contact Email
supplier@crowncommercial.gov.uk
Contact Phone
0345 010 3503

Buyer Location

Locality
LIVERPOOL
Postcode
L3 9PP
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
Not specified

Local Authority
Liverpool
Electoral Ward
City Centre North
Westminster Constituency
Liverpool Riverside

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-6af2c7b3-d184-4e52-8395-e0acaaad64a4-2017-04-19T16:14:00+01:00",
    "date": "2017-04-19T16:14:00+01:00",
    "ocid": "ocds-b5fd17-6af2c7b3-d184-4e52-8395-e0acaaad64a4",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "RM3810",
        "title": "Quality Assurance (QA) and Testing for IT Systems",
        "description": "Crown Commercial Service as the Contracting Authority is putting 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 a range of services such as: - QA & Test Delivery Ownership: responsibility for, and coordination of, all aspects of QA and Test across the business, programme and or project. Includes making QA and test rules, planning; choice of tools; and team leader. - QA & Test Analysis: analysis, design and execution: covering a variety of test activities, test types and methods. For example, compatibility testing, accessibility testing, functional testing (including exploratory techniques). - Test Engineering: developing and delivering test automation outlines and services. Typically working as part of a DevOps capability within an Agile development environment. Increasingly, QA & Test specialists are part of and co-located with the development and scrum teams. - Non-Functional Testing: design and execution of tests to cover non-functional needs, including load & performance and operational acceptance. - Integration testing: covering the strategy, planning and execution for complex, large scale technical integration testing. - Assurance: to understand and mitigate risk during third party-led test activities, typically when working in waterfall delivery cycles or legacy contractual environments. - Consultancy: to provide technical reviews at project, programme or departmental/business unit level to form best QA & Test practices. Crown Commercial Service reserves the right for an electronic auction to be held by Public Sector bodies during further competition among the parties to the Framework Agreement(s). Additional information: Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Tender ('ITT'). This procurement will be managed electronically via the Crown Commercial Service's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite. If you have not yet registered on the e-Sourcing Suite, this can be done online at: https://gpsesourcing.cabinetoffice.gov.uk by following the link 'Supplier e-Sourcing Registration'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers Once you have registered on the e-Sourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing: ExpressionOfInterest@crowncommercial.gov.uk Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; DUNS number; and the name and contact details for the registered individual sending the email. Crown Commercial Service will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. As a user of the e-Sourcing Suite you will have access to the Emptoris messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these messages on a regular basis to ensure you have sight of all relevant information. For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Support Desk email: eEnablement@crowncommercial.gov.uk Responses must be published by the date in IV.3.4 of the OJEU Contract notice. Note that, this procurement is using SID4GOV to tender. You must register or update your account there to submit a tender. https://sid4gov.cabinetoffice.gov.uk/organisation/register",
        "datePublished": "2016-11-29T13:55:24Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72590000",
            "description": "Computer-related professional services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 110000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2017-01-06T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2017-03-27T00:00:00+01:00",
            "endDate": "2020-03-27T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/35906133-a102-4aac-b5f1-08db62522980",
                "datePublished": "2017-04-19T16:14:00+01:00",
                "format": "text/html",
                "language": "en",
                "dateModified": "2017-04-19T16:14:00+01:00"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "1. RM3810 Invitation v1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/067562b6-ed79-4c08-8568-cd0cd0f6167e",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "2. RM3810 The Buyer Needs RM3810 v1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/1d52298c-6082-4647-ae79-cfe1f8157f17",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "4",
                "documentType": "tenderNotice",
                "description": "3. RM3810 CCS Needs v1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/2bee01b6-f53e-4ce1-a561-198e3bd78e71",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "5",
                "documentType": "tenderNotice",
                "description": "4. RM3810 Your Offer v1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/167db9e2-e798-4779-a4ee-ecef22d1dbfa",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "6",
                "documentType": "tenderNotice",
                "description": "Assessment Template V3 - D&B",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/86b77465-8159-4c30-81ed-f7ce2d6fdd53",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "7",
                "documentType": "tenderNotice",
                "description": "Lot 1 QAT Work Package Example - QAT Specialists v1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/c89d3cc9-9330-46c7-9dd2-902c971c3dcc",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "8",
                "documentType": "tenderNotice",
                "description": "Lot 2 QAT Work Package Example - Automation, Agile _ Dev Ops v1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/d3723f55-d716-4a8d-a252-8881f4396bff",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "9",
                "documentType": "tenderNotice",
                "description": "Lot 3 QAT Work Package Example - LP Test Services v1",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/6829554e-6850-435b-9324-169afbb44749",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "10",
                "documentType": "tenderNotice",
                "description": "Lot 4 QAT Work Package Example - Functional Test v1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/bb4a99f7-6a4d-4552-b84a-f20fe1e6c00f",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "11",
                "documentType": "tenderNotice",
                "description": "Lot 5 QAT Work Package Example - Infrastructure Test Services v1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/d46c413b-3fe7-41c2-84e3-9132989c7921",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "12",
                "documentType": "tenderNotice",
                "description": "Lot 6 QAT Work Package Example - OAT and DR v1 0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/090d5331-a4e4-4e40-a14e-b675639fae95",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "13",
                "documentType": "tenderNotice",
                "description": "Lot 7 QAT Work Package Example - QAT Management v1 0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/4c62cbf8-42c2-4042-a73f-189bc24bf2e6",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "14",
                "documentType": "tenderNotice",
                "description": "Lot 8 QAT Work Package Example - Strategic QA Consultancy v1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/41a1b70c-8e24-4ac6-9c1f-e830b21ab0ed",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "15",
                "documentType": "contractNotice",
                "description": "RM3810 Call-Off Contract Standard Terms.v1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/fec82efb-5c3d-44a5-9f8b-c8ced9b21e80",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "16",
                "documentType": "contractNotice",
                "description": "RM3810 Call-Off Contract.v1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/d198dfdc-3571-48cf-ac0d-fc879c8d8afc",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "17",
                "documentType": "tenderNotice",
                "description": "RM3810 MI Reporting Template (MISO).v1",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/711d4fc9-f5a0-4288-9703-6a4edc2ad963",
                "format": "application/vnd.ms-excel"
            },
            {
                "id": "18",
                "documentType": "tenderNotice",
                "description": "RM3810 Mini Competition and Call-Off Procedure v1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/698d5e2f-0d4b-40d6-9298-eb1552d1b05e",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "19",
                "documentType": "contractNotice",
                "description": "RM3810 QA and Testing for IT Systems Framework Agreement v1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/ae4214af-ea9c-4158-9f64-f1e923d4d952",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "20",
                "documentType": "bidders",
                "description": "2016-OJS231-421843-en",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/d5e4b7f5-a107-4594-b52b-83c3ad367d07",
                "format": "application/pdf"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
            "name": "Crown Commercial Service",
            "identifier": {
                "legalName": "Crown Commercial Service",
                "scheme": "GB-SRS",
                "id": "supplierregistration.cabinetoffice.gov.uk/6sQD8uds"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "postalCode": "L3 9PP",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "supplier@crowncommercial.gov.uk",
                "telephone": "0345 010 3503"
            },
            "details": {
                "url": "http://www.gov.uk/ccs"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
        "name": "Crown Commercial Service"
    }
}