Procurement details: Contracted content design service for Digital Communications Team

1. Context and requirements

Terms and acronyms

Summary of work

The Digital Communications Team (DCT) are responsible for over 10,000 GOV.UK webpages. DCT requires a Contracted Content Design Service. It is a user-centred service core to the department’s policy and delivery, and our requirement is for a managed service contract to deliver this. We must publish content in an accessible format on GOV.UK. We are procuring a service that operates alongside and contributes to DCT’s overall content design function.

Where the supplied staff will work

Yorkshire and the Humber

Where the supplied staff will work

London

Where the supplied staff will work

No specific location (for example they can work remotely)

Who the organisation using the products or services is

Why the work is being done

The Department for Education (DfE) Digital Communications Team (DCT) are responsible for over 10,000 GOV.UK webpages. Failure to provide this service is not an option as we have a legal duty to provide information as a department of state, which we must publish in an accessible format on GOV.UK. We need a managed service of content design experts to add value for our users, ensuring that specific requirements are met in a flexible and timely way.

The business problem

We are procuring a service that will provide high-quality, user-focused content for GOV.UK against a range of specific user and departmental needs. Whilst complementing the wider work of the Digital Communications Team (DCT), without this service, we would not be able to meet our obligations and responsibilities as a Department of State. Accurate and accessible content helps our users to do the things they need to do first time. It inspires trust and confidence and safeguards DfE’s reputation. It means less demand on other contact channels like correspondence and the helpline which in turn realises savings for the department. There are significant parliamentary, ministerial and user expectations for speed, accuracy and suitability of content. Related to this, the service will be expected to publish content to align with parliamentary activity and occasional out of hours news media activity.

The people who will use the product or service

User type

Multiple Users

Definition

Our users range from education professionals (inc school managers, education workforce etc) to the general public (parents and students etc). They access information from GOV.UK that will help them make decisions or take action against the full range of education policy and delivery. To be effective in generating content, the service will be required to work with a range of internal stakeholders and subject matter experts elsewhere in the department. This will require a pragmatic and diplomatic approach.

Any pre-market engagement done

Contract Content design - Market Engagement event (11-07-24) Slides in attachment upload.

Work done so far

Which phase the project is in

Not applicable

Existing team

The managed service will operate alongside a civil service team comprising a mix of digital and communications skills. The 2 team leaders will act jointly as contract managers, helping to ensure integrated provision and manage our presence on GOV.UK across the full range of departmental business and a contracted support service supporting the delivery of the content.

Address where the work will be done

"Subject to delivery requirements, a hybrid model of home and office working is expected to support delivery of a programme of works with KPIs to be formally reviewed monthly/quarterly. Delivery may require attendance at meetings and other collaborative work in the office. The two main sites where the contracted team would need to attend are: London (Sanctuary Building 20 Great Smith Street, London SW1P 3BT) or Sheffield (2 St Paul's Place, Sheffield S1 2FJ). "

Working arrangements

The content designers will need to be available during core office hours Mon-Fri 9-5 and sometimes Mon-Fri 10am-6pm when required to support the Digital Communications Team. Other occasional out of hours work may be required. There is no expectation that they will be required to work from Government Offices, although face to face meetings may be hosted at one of our DfE offices as required. This will be agreed with the successful supplier when appropriate.

Security and vetting requirements

Baseline Personnel Security Standard (BPSS)

More information about the Security requirements

All must have BPSS as a minimum.

Latest start date

1 December 2024

Expected contract length

Contract length

2 years 0 months 0 days

Optional extension

0 years 6 months 0 days

Special terms and conditions

Budget

Indicative maximum

£4900000

Indicative minimum

The contract value is not specified by the buyer

Further information

We anticipate the total contract value over the 2.5 years to be £4,900,000 Inc. VAT. The total value cannot exceed £1,960,000 Incl. VAT per annum over the 2.5-year maximum term of the contract. Please note these figures include the optional 6 months extension.

Contracted out service or supply of resource?

Contracted out service: the off-payroll rules do not apply

2. Assessment criteria

How many suppliers to evaluate

3

Technical Competence

55%

Cultural fit

5%

Social values

10%

Price

30%

Technical competence

Essential skills and experience

10%

Nice-to-have skills and experience

5%

Technical questions

85%

Essential skills and experience

Description

1. At least 3 years expertise in content design which meet user needs and accessibility. (50%)

Weighting

50%

Description

2. Track record of delivering to tight deadlines and being flexible in the approach to tackling a problem. (50%)

Weighting

50%

Nice-to-have skills and experience

Description

1. Experience supporting a content design environment (50%)

Weighting

50%

Description

2. Evidence of delivering at pace (50%)

Weighting

50%

Technical questions

Question

1. Experience supporting a content design environment (50%)

Weighting

50%

Question

2. Evidence of delivering at pace (50%)

Weighting

50%

Cultural fit questions

Question

1. Please detail how you strive for excellence and continuously improve (25%)

Weighting

25%

Question

2. Please detail how you take and implement a collaborative approach (25%)

Weighting

25%

Question

3. Please detail how you will work and manage workloads (25%)

Weighting

25%

Question

4. Please detail how you use diplomacy, pragmatism, and negotiation to deliver the best outcomes (25%)

Weighting

25%

Social value questions

Question

1. How would you create employment or development opportunities for new/existing staff? (50%)

Weighting

50%

Question

2. How would you encourage local awareness and interest in technical education? (50%)

Weighting

50%

Pricing model

Capped time and materials

Additional assessment methods

None

Question and answer session details

How suppliers will be scored

Level

Unacceptable

Score

0

Description

The tenderers proposals are absent or incomplete and or the tenderer has proposals that are not relevant to the authority’s requirements.

Level

Very Poor

Score

1

Description

The response clearly fails to meet a number of criteria detailed in the question, or the response exhibits clear and significant omissions with regard to meeting the criteria detailed, or inadequate or no supporting evidence has been provided to support the response.

Level

Poor

Score

2

Description

The response lacks any convincing evidence to provide confidence that the potential supplier shall meet the service requirements relating to the question, demonstrating some misunderstanding and/or failure to meet the service requirements in many ways and/or materially in one or more ways.

Level

Satisfactory

Score

3

Description

The response is of a quality and level of detail that provides a satisfactory degree of confidence that the potential supplier shall meet all of the service requirements relating to the question, demonstrating a satisfactory understanding of the issues and what is being asked for. The response to the question is clear and detailed (with only minor omissions).

Level

Good

Score

4

Description

The response is of a quality and level of detail that provides a high degree of confidence that the potential supplier shall meet all of the service requirements relating to the question, demonstrating a good understanding of the issues and what is being asked for.

Level

Excellent

Score

5

Description

The Tender fully and successfully meets the criteria detailed and has provided proposals which demonstrate that they can deliver the requires services to an excellent standard and will bring significant value and benefit to the authority and eligible providers.

3. Timeline

Publication of stage 1

16/07/2024

Clarification period closes

23/07/2024 13:00

Deadline for suppliers to submit their stage 1 responses

06/08/2024 16:00