
Digital Outcomes and Specialists 7: Overview and Timeline
Learn about the latest updates and timeline for Digital Outcomes and Specialists 7, including key dates, ITT launch, and supplier surgeries. Stay informed about the upcoming changes and market updates in the techUK supplier engagement section.
Uploaded on | 0 Views
Download Presentation

Please find below an Image/Link to download the presentation.
The content on the website is provided AS IS for your information and personal use only. It may not be sold, licensed, or shared on other websites without obtaining consent from the author. If you encounter any issues during the download, it is possible that the publisher has removed the file from their server.
You are allowed to download the files provided on this website for personal or commercial use, subject to the condition that they are used lawfully. All files are the property of their respective owners.
The content on the website is provided AS IS for your information and personal use only. It may not be sold, licensed, or shared on other websites without obtaining consent from the author.
E N D
Presentation Transcript
RM1043.9 DOS 7 Terms and Conditions Supplier Surgery March 2025 Digital Specialists and Programmes (DSP) Digital Outcomes and Specialists 7
Introduction and Housekeeping Please keep your mics or phones on mute to cut down on background noise Please keep your cameras off for network stability Questions should be directed to the web chat function Slides and a copy of all questions and answers will be posted on the supplier engagement section of the DOS 7 upcoming deals page after the event Tech UK will send a copy of the slides and the Q&A to all webinar attendees after the webinar
Supplier Surgeries Overview Supplier Surgeries are meant to inform the market of upcoming changes i.e. agreement changes Supplier Surgeries are hosted by techUK on Teams All previously shared documents, including Q&A, are available on the DOS 7 webpage. You can also find details of future sessions on the DOS 7 webpage.
Digital Outcomes and Specialists 7 overview Please remember that the information provided in these slides is for information purposes only and any information contained within these slides will be superseded by the published bid pack.
Digital Outcomes and Specialists 7 timeline overview 01 02 03 04 We are here Feb 24 - Aug 24 Sep 24 - Spring 25 Spring 2025 Jan-Mar 2026 ITT launch DOS 7 go live ITT Pre-market engagement preparation Timelines are subject to change. Please keep reviewing the CCS DOS7 webpage for latest updates.
DOS 7 ITT timeline Initial framework Framework 1 Invitation to Tender date (Tender notice and associated tender documents published) May 2025 Deadline for receipt of clarification questions May 2025 CCS responses to clarification questions published June 2025 Tender submission deadline June 2025 Compliance checks and assessment of tenders From the tender submission deadline through to award of framework contracts Award Date Jan 2026 *This is a draft and therefore CCS reserves the right to change any information presented in this pack
Area Proposal Digital Outcomes and Specialists Overview Open framework Pre-market engagement feedback Scope Improving clarity of offering with defined lots 4 or 6 year term Re-opened every 18 or 24 months 8-12bn FTS PPA 2023 Consolidation of RM1043.8 DOS 6 and RM6263 DSP 4 lots Framework structure User research studios and user research participants lots combined into 1 lot Based on the feedback received from the market engagement, here s an overview of DOS 7 proposal Maximum call off lengths to be included, differing across 4 lots Single Stage procedure Two stage procedure Multi-stage procedure - Incorporation of competitive flexible procedure into further competition allowing POC, POV, discovery, negotiation, presentations etc to be used as part of a call off mechanism Call-off mechanisms Lots 1, 2 and 3: Government Digital and Data Professional Capability Framework Lot 4: Studio Rates and Participant Rate Use of new PA23 schedules Aligning call off terms to remove complexity Rate Card Terms and conditions
DOS 7 Scope and Specification Please remember that the information provided in these slides are for information purposes only and any information contained within these slides will be superseded by the published bid pack.
Proposed Lot structure UPDATED SLIDE DOS 7 Lot 1 Digital Outcomes research, design and build new (or rebuild existing) online digital services that have a transactional or information user interface suitable for delivery of discovery, or alpha, or beta phases of agile development into live disaggregate to help select the best supplier for the use case Lot 1 2 3 4 Digital Capability and Delivery User Research Studios and Digital Specialists Digital Outcomes 4/6 year Open Framework (reopen every 18/24 months) Participants Validated with the market and CDDO Partners Lot 2 Digital Capability and Delivery Partners gateway for organisations that do not have capacity to deliver multiple pieces of work across multiple projects and agile phases suitable for building capability while getting in- house resource allows for strategic resource augmentation Lot 3 Digital Specialists suitable for bringing in a specialist to deliver a specific outcome(s) on a service, programme and/or project, or to support urgent needs Maximum Term (Years) 4 6 2 3 Further Competition Only (with rapid award) Maximum term allows buyer to define the initial contract period and any optional extension to suit their requirements Lot 4 User Research Studios and Participants hire a physical or virtual space to conduct user research, and find individuals with the required characteristics to test a digital service
Technical Ability Certificates* Work conducted within the last 'X' Years Minimum number of service capabilities Minimum No. Of Phases Minimum Contract Value Number of TACs permitted Lot Service lines Not required Lot 1 3m across 2 TACs, 1m minimum. 2 4 2 3 years Lot 2 Digital Capability and Delivery Partner Not required Lot 3 Not required Lot 4 Suppliers have to demonstrate a minimum of 2 Phases and 4 Service capabilities across a maximum of 2 TACs https://www.crowncommercial.gov.uk/agreements/RM1043.9 *This is a draft and therefore CCS reserves the right to change the TACs
Procurement Act 2023 Public Sector Contract (PSC) Terms and Conditions Please remember that the information provided in these slides is for information purposes only and any information contained within these slides will be superseded by the published bid pack.
PCR 2015 Public Sector Contract Structure Framework Schedules Framework schedules form part of the contract that CCS has with each framework supplier, such as the Framework Specification, Order form template, Call Off Procedure and Framework management Joint Schedules Core Terms Framework Award Form Joint schedules are those that apply to both the framework agreement between CCS and a supplier, and to call off contracts between a Buyer and supplier such as Definitions, Insurance, Data Processing. Some schedules are optional for Buyers to choose at Call Off. Call Off Schedules Call Off Schedules are those that apply to the Call Off contract between a Buyer and Supplier such as ICT Services, Staff Transfer, Pricing and Security. Some schedules are optional for Buyers to choose at Call Off. .
PA23 Public Sector Contract Framework Schedules Framework schedules form part of the contract that CCS has with each framework supplier, such as the Framework Specification, Order form template, Call Off Procedure and Framework management Joint Schedules CCS General Terms Framework Award Form Joint schedules are those that apply to both the framework agreement between CCS and a supplier, and to call off contracts between a Buyer and supplier such as Definitions, Insurance, Data Processing. Some schedules are optional for Buyers to choose at Call Off. Call Off Schedules Call Off Schedules are those that apply to the Call Off contract between a Buyer and Supplier such as ICT Services, Staff Transfer, Pricing and Security. Some schedules are optional for Buyers to choose at Call Off. . *This is a draft and therefore CCS reserves the right to change this approach
PA23 PSC - Update Impact - General Terms & Framework Schedules Schedule Summary Update Impact Previously called Core Terms, Changes to: payment terms, mandatory subcontracting requirements, termination rights, conflicts of interest, audit, security, IPR, new defaults, rectification plans process. Substantial General Terms Mostly PA23 Updates e.g. open or closed frameworks Medium Framework Award Form Minor FS 1 - Specification Minor FS 2 - Framework Tender Indexation no longer uses CPI as standard Minor FS 3 - Framework Prices Performance Indicators now called Performance Measures. Oversight of security schedules Medium FS 4 - Framework Management Terms related to CCS issued credit notes Minor FS 5 - Management Charges and Information Introduction and removal of relevant schedules Medium FS 6 - Order Form Template and Call-Off Schedules Award without Competition (Direct Award), Single, two, and Multi-Stage Competitive Selection Processes Substantial FS 7 - Call-Off Award Procedure Minor FS 8 - Self Audit Certificate Minor FS 9 - Cyber Essentials
PA23 PSC - Update Impact - Joint Schedules Schedule Summary Update Impact New definitions related to PA23 Substantial JS 1 - Definitions Minor JS 2 - Variation Form Minor JS 3 - Insurance Requirements Minor JS 4 - Commercially Sensitive Information Used to be JS 5 - Corporate Social Responsibility Minor JS 5 - Sustainability Minor JS 6 - Key Subcontractors Medium JS 7 - Financial Difficulties Minor JS 8 - Guarantee Based on PPN 04/15 which is being retired Removed JS 9 - Minimum Standards of Reliability Minor JS 9 - Rectification Plan US Data Bridge drafting from the Cabinet Office Mid-Tier Contract Substantial JS 10 - Processing Data Based on PPN 01/18 and is being retired Removed JS 12 - Supply Chain Visibility
PA23 PSC - Update Impact - Call-Off Schedules pt. 1 Schedule Description Update Impact Based on PPN 01/17 which is being retired Removed COS 1 - Transparency Reports 4 options for new IPR: Buyer owned with limited supplier rights, Buyer owned with non- exclusive supplier rights, supplier ownership with buyer rights for current contract, supplier ownership with broader buyer rights NEW COS 1 - Intellectual Property Rights Medium COS 2 - Staff Transfer Minor COS 3 - Continuous Improvement Minor COS 4 - Call-Off Tender Minor COS 5 - Pricing Details IPR moved into COS 1 - Intellectual Property Rights Substantial COS 6 - ICT Services Minor COS 7 - Key Supplier Staff Minor COS 8 - Business Continuity and Disaster Recovery 5 options for security: 9A Short Form, 9B Consultancy, 9C Development, 9D Supplier led assurance, 9E Buyer led assurance Substantial COS 9 - Security Scope of termination assistance services (menu style) and ethical walls agreements Medium COS 10 - Exit Management Minor COS 11 - Installation Works
PA23 PSC - Update Impact - Call-Off Schedules pt. 2 Schedule Description Update Impact Low COS 12 - Clustering Medium COS 13 - Implementation Plan and Testing Previously called COS 14 - Service Levels. KPIs required for contracts over 5m Medium COS 14 - Performance Levels Minor COS 15 - Call-Off Contract Management Minor COS 16 - Benchmarking Minor COS 17 - MOD Terms Minor COS 18 - Background Checks Note: PA23 does not apply in Scotland Minor COS 19 - Scottish Law Minor COS 20 - Specification Contains appropriate adjustments to recognise NI Law and disapply certain redundant provisions Minor COS 21 - Northern Ireland Law Minor COS 22 - Lease Terms
PA23 PSC - Update Impact - Call-Off Schedules pt. 3 Schedule Description Update Impact Minor COS 23 - HMRC Terms Minor COS 24 - Corporate Resolution Planning Optional clauses brought across from the Cabinet Office Mid-Tier Contract NEW COS 25 - Additional Sustainability Requirements Introduced for PPN 01/24 NEW COS 26 - Carbon Reduction Introduced for PPN 01/24 and applicable to contracts with Steel in scope NEW COS 27 - Procuring Steel Copied across from the Cabinet Office Mid-Tier Contract NEW COS X - Agile Development Additional Terms
DOS 7 Terms and Conditions Please remember that the information provided in these slides is for information purposes only and any information contained within these slides will be superseded by the published bid pack.
DOS 7 - PA23 Public Sector Contract Framework Schedules Framework schedules form part of the contract that CCS has with each framework supplier, such as the Framework Specification, Order form template, Call Off Procedure and Framework management Joint Schedules CCS General Terms Framework Award Form Joint schedules are those that apply to both the framework agreement between CCS and a supplier, and to call off contracts between a Buyer and supplier such as Definitions, Insurance, Data Processing. Some schedules are optional for Buyers to choose at Call Off. Call Off Schedules Call Off Schedules are those that apply to the Call Off contract between a Buyer and Supplier such as ICT Services, Staff Transfer, Pricing and Security. Some schedules are optional for Buyers to choose at Call Off. . *This is a draft and therefore CCS reserves the right to change this approach
*This is a draft and therefore CCS reserves the right to change this approach Special Terms Included in DOS 7 as a special term? Summary Source Prompt Payment PPN Exemption DOS 6 No - DOS 7 will not be exempt from PPN Restraint of Trade DOS 6/DSP Yes - now Non-Solicitation Termination Rights DOS 6 / DSP Yes - removed reference to SOWs Data Protection DOS 6 / DSP No - covered by existing schedules Sub-contractors approval DOS 6 / DSP No - Moved to specification Counterparts DOS 6 / DSP No - removed Aggregate Liability DSP Change from Webinar - Please refer to response to question 6 in the Q&A document Communicating about the contract - Platform DSP No Resolving Disputes DSP No - Moved to Framework Management Schedule
DOS 7 Call Off Mechanisms Previously described as direct award. (change in terminology). Available on Lot 2 in DSP DOS 6: 2 stage further competition across all lots DSP: Lot 1 : 1 or 2 stage further competition Lot 2 1 or 2 stage further competition or Direct Award Expression of Interest where suppliers opt in or out themselves. DOS 6 and DSP Competitive Selection Procedure Award without competition Supplier downselection Two and multi step competitive selection process. Competitive Selection Procedure including: -Single stage competitive selection process -Two stage competitive selection process -Multi stage competitive selection process Not applicable in DOS 7 DOS 7 Ability for buyers to use digital down select tool to shortlist suppliers *This is a draft and therefore CCS reserves the right to change this approach
Competitive Selection Process - Multi-Stage Stages determined by Buyers, including some or all of the following: Module 1 - Initial Mandatory Stages of a Multi Stage Competitive Selection Process Module 2 - Conditions of Participation Assessment (Optional) Module 3 - Tendering Stage (Optional) Module 4 - Presentation/Demonstration Stage (Optional) Module 5 Site Visit Stage (Optional) Module 6 Dialogue Stage (Optional) Module 7 Negotiation Stage (Optional) Module 8 - Final Mandatory Tendering Stage *This is a draft and therefore CCS reserves the right to change this approach
Statements of Work A statement of work template is provided with the order form Statements of Work are not contracts themselves must always remain in-scope of the Call-Off Deliverables No longer granted termination rights in the general terms Reduced instances of Statement of Work references in schedules where they were not always applicable. Most references retained in Exit Management and Implementation Plan and Testing
IR35 Designation Specification makes it clear the Buyer is responsible for IR35 compliance
DOS 7 Insurance requirements UK Employers Liability 5m Professional Indemnity 5m Public and Products Liability 5m DOS 6 Liabilities & Insurance Lot 1, 3 and 4 UK Employer s liability 5m DOS 7 Lot 2 only UK Employer s Liability 5m Professional Indemnity 1m *updated from session* Public and Products Liability 1m *updated from session* *This is a draft and therefore CCS reserves the right to change this approach
Call-Off Schedule 5 - Pricing Details DOS 7 will now include similar wording in Call-Off Schedule 5 Pricing Details that exists within Framework Schedule 3 - Framework Prices to improve transparency around the process Buyer determines drafting of schedule What it does Call-Off Schedule 5 Price Increase Requests Yes Other events for Supplier Price Increase Requests Yes Indexation Yes Price Decrease Requests Yes Variation Process for changing pricing Yes
Security Schedules Modular schedules, developed by Cabinet Office security colleagues Intended to be more relevant to the nature of a Buyer s procurement and make clearer the obligations on Suppliers Additional Security schedules: Call-Off Schedule 9A (Security: Short Form) Call-Off Schedule 9B (Security: Consultancy) Call-Off Schedule 9C (Security: Development) Call-Off Schedule 9D (Security: Supplier-led Assurance) Call-Off Schedule 9E (Security: Buyer-led Assurance) Schedules remain optional Buyer guidance available on Gov.uk Contracting Securely - Modular Security Schedules *This is a draft and therefore CCS reserves the right to change this approach
IPR Schedule Default IPR proposition included at framework agreement level Buyers can amend the default IPR option if required Option 1 - Buyer keeps ownership of any New IPR Option 2 - Buyer retains ownership of any New IPR but the Supplier can use it, subject to Buyer approval Option 3 - Supplier keeps ownership of any New IPR Option 4 - Supplier keeps ownership of New IPR but the Buyer is given a licence to use it for other contracts and services *This is a draft and therefore CCS reserves the right to change this approach
More information Digital Outcomes and Specialist 7 website @gov_procurement Crown Commercial Service