Buyer Name: Department for Science, Innovation & Technology
Buyer Address: 22 Whitehall, London, UKI32, SW1A 2EG, United Kingdom
Contact Email: paolo.muzzupappa@dsit.gov.uk
Buyer Name: Department for Science, Innovation & Technology
Buyer Address: 22 Whitehall, London, UKI32, SW1A 2EG, United Kingdom
Contact Email: paolo.muzzupappa@dsit.gov.uk
## Objectives of the DVS Register: Public Beta Phase The main objectives of this Contract are: 1. **Deliver the Public Beta of the DVS Register** * Develop and launch a publicly accessible register of digital identity service providers certified against the UK digital identity and attributes trust framework. * Ensure the register is available on GOV.UK and maintained by the Office for Digital Identities and Attributes within the Department for Science, Innovation and Technology. 2. **Collaborative Agile Delivery** * Work in partnership between the Buyer (Department for Business, Energy, and Industrial Strategy (BEIS)) and the Supplier (Ernst & Young LLP (EY)), using agile methodologies (sprints, sprint planning, daily stand-ups, retrospectives, show & tells). * Adjust deliverables and team composition as needed throughout the 14-month public beta phase. 3. **Continuous Improvement and Iteration** * Continuously improve the service based on user feedback, backlog prioritisation, and alignment with policy objectives. * Expand service functionality and refine the product through regular review and stakeholder engagement. 4. **Compliance and Standards** * Deliver all requirements in accordance with UK government digital Design Principles, Service Standard, and Technology Code of Practice. * Ensure technical documentation, architecture, and operational runbooks meet criteria defined by the Buyer. 5. **Defined Roles and Responsibilities** * Key personnel from both Buyer and Supplier are identified to ensure clear communication and accountability. * Any ad-hoc or additional deliverables will require separate SOWs or agreed variations. **Summary:** The contract s objectives are to deliver a robust, user-focused public beta of the DVS Register, using agile and collaborative working practices, with ongoing improvements and strict adherence to government standards. The project is structured to be flexible, responsive to change, and clearly governed by the roles and responsibilities set out in the agreement. The public contract concerns the supply of goods, services or works by the existing supplier which are intended as an extension to, or partial replacement of, existing goods, services or works in circumstances where— (a)a change in supplier would result in the contracting authority receiving goods, services or works that are different from, or incompatible with, the existing goods, services or works, and (b)the difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance
No linked documents found for this notice.
Lot 1 Status: complete
Document Description: Not published
{
"awards": [
{
"aboveThreshold": true,
"contractPeriod": {
"endDate": "2026-06-09T23:59:59+01:00",
"startDate": "2025-12-10T00:00:00+00:00"
},
"documents": [
{
"datePublished": "2025-11-23T15:25:13Z",
"description": "Transparency notice on Find a Tender",
"documentType": "awardNotice",
"format": "text/html",
"id": "076245-2025",
"noticeType": "UK5",
"url": "https://www.find-tender.service.gov.uk/Notice/076245-2025"
}
],
"id": "1",
"items": [
{
"additionalClassifications": [
{
"description": "Computer-related professional services",
"id": "72590000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
}
],
"id": "1",
"relatedLot": "1"
}
],
"mainProcurementCategory": "services",
"milestones": [
{
"dueDate": "2025-12-01T23:59:59+00:00",
"id": "1",
"status": "scheduled",
"type": "futureSignatureDate"
}
],
"relatedLots": [
"1"
],
"status": "pending",
"suppliers": [
{
"id": "GB-COH-OC300001",
"name": "EY LLP"
}
],
"value": {
"amount": 833333.0,
"amountGross": 1000000.0,
"currency": "GBP"
}
}
],
"buyer": {
"id": "GB-PPON-PVWZ-3216-PVQL",
"name": "Department for Science, Innovation \u0026 Technology"
},
"date": "2025-11-23T15:25:13Z",
"id": "076245-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-05e6ca",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "SW1A 2EG",
"region": "UKI32",
"streetAddress": "22 Whitehall"
},
"contactPoint": {
"email": "paolo.muzzupappa@dsit.gov.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - central government",
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE"
}
]
},
"id": "GB-PPON-PVWZ-3216-PVQL",
"identifier": {
"id": "PVWZ-3216-PVQL",
"scheme": "GB-PPON"
},
"name": "Department for Science, Innovation \u0026 Technology",
"roles": [
"buyer"
]
},
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "SE1 2AF",
"region": "UKI44",
"streetAddress": "1 More London Place,"
},
"contactPoint": {
"email": "ukeyenquiries@uk.ey.com"
},
"details": {
"scale": "large",
"vcse": false
},
"id": "GB-COH-OC300001",
"identifier": {
"id": "OC300001",
"scheme": "GB-COH"
},
"name": "EY LLP",
"roles": [
"supplier"
]
}
],
"tag": [
"award",
"contract"
],
"tender": {
"description": "## Objectives of the DVS Register: Public Beta Phase\nThe main objectives of this Contract are:\n1. **Deliver the Public Beta of the DVS Register**\n * Develop and launch a publicly accessible register of digital identity service providers certified against the UK digital identity and attributes trust framework.\n * Ensure the register is available on GOV.UK and maintained by the Office for Digital Identities and Attributes within the Department for Science, Innovation and Technology.\n2. **Collaborative Agile Delivery**\n * Work in partnership between the Buyer (Department for Business, Energy, and Industrial Strategy (BEIS)) and the Supplier (Ernst \u0026 Young LLP (EY)), using agile methodologies (sprints, sprint planning, daily stand-ups, retrospectives, show \u0026 tells).\n * Adjust deliverables and team composition as needed throughout the 14-month public beta phase.\n3. **Continuous Improvement and Iteration**\n * Continuously improve the service based on user feedback, backlog prioritisation, and alignment with policy objectives.\n * Expand service functionality and refine the product through regular review and stakeholder engagement.\n4. **Compliance and Standards**\n * Deliver all requirements in accordance with UK government digital Design Principles, Service Standard, and Technology Code of Practice.\n * Ensure technical documentation, architecture, and operational runbooks meet criteria defined by the Buyer.\n5. **Defined Roles and Responsibilities**\n * Key personnel from both Buyer and Supplier are identified to ensure clear communication and accountability.\n * Any ad-hoc or additional deliverables will require separate SOWs or agreed variations.\n**Summary:** \nThe contract s objectives are to deliver a robust, user-focused public beta of the DVS Register, using agile and collaborative working practices, with ongoing improvements and strict adherence to government standards. The project is structured to be flexible, responsive to change, and clearly governed by the roles and responsibilities set out in the agreement.\n The public contract concerns the supply of goods, services or works by the existing supplier which are intended as an extension to, or partial replacement of, existing goods, services or works in circumstances where\u2014 \n(a)a change in supplier would result in the contracting authority receiving goods, services or works that are different from, or incompatible with, the existing goods, services or works, and \n(b)the difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
}
],
"id": "Prj5912 Digital Verification Service (DVS) Register: Public Beta Phase",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"id": "1",
"status": "complete"
}
],
"procurementMethod": "direct",
"procurementMethodDetails": "Direct award",
"procurementMethodRationale": "Unsuccessful recruitment campaign\nDSIT has faced ongoing obstacles that have prevented the successful recruitment of an internal team to deliver the required services. These challenges are outside DSIT\u2019s direct control, making it necessary to retain the current supplier (EY) to ensure continuity of service. \n2. Risks of Changing Supplier\nTransitioning to a new supplier at this stage would risk significant disruption, duplication of effort, and the loss of valuable embedded knowledge. Such a change could jeopardise DSIT\u2019s ability to meet statutory obligations and maintain compliance with the Data Act 2026.\n3. Service Continuity and Value for Money\nEY has consistently delivered excellent service, meeting and exceeding expectations. Directly awarding the contract to EY minimises delays, avoids unnecessary transition costs, and ensures critical services continue without interruption. This approach is considered the most efficient and value-for-money solution under the current circumstances.\nThe Procurement Act 2023, Schedule 5, sets out the justifications for direct award, including continuity of service and circumstances where only a particular supplier can deliver the required services. \nAdditional or repeat goods, services or works \n7 The public contract concerns the supply of goods, services or works by the existing supplier which are intended as an extension to, or partial replacement of, existing goods, services or works in circumstances where\u2014 \n(a)a change in supplier would result in the contracting authority receiving goods, services or works that are different from, or incompatible with, the existing goods, services or works, and \n(b)the difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance. \nUrgency \n13 )Where\u2014 \n(a)the goods, services or works to be supplied under the public contract are strictly necessary for reasons of extreme and unavoidable urgency, and \n(b)as a result the public contract cannot be awarded on the basis of a competitive tendering procedure. \nSchedule 5 and Section 41 of the Act permit direct award in special cases, provided a transparency notice is published and the rationale is robust.",
"procurementMethodRationaleClassifications": [
{
"id": "switchingDirectAward"
}
],
"riskDetails": "Summary Table of Key Risks:\nRisk Area\tDescription\nDependencies\tDelays due to factors outside Supplier\u2019s control\nBuyer Obligations\tDelays or extra costs if Buyer does not fulfil responsibilities\nChange Management\tUnmanaged scope changes may cause disputes\nResource Availability\tTeam changes or shortages could impact delivery\nDecision-Making\tSlow decisions may delay project and payments\nThird-Party Data/Software\tReliability and accuracy risks\nSecurity Clearance\tDelays if higher clearance is needed\nTermination\tEarly termination disrupts continuity, triggers payment for work-in-progress\nBilling/Payment\tAutomatic invoicing if timesheet approval is delayed\nLegal/Regulatory Compliance\tSupplier not responsible for regulated activities or fraud detection",
"status": "complete",
"title": "Digital Verification Service (DVS) Register: Public Beta Phase"
}
}