Tender

RM6173

CROWN COMMERCIAL SERVICE

This public procurement record has 7 releases in its history.

TenderAmendment

17 Jul 2024 at 09:47

TenderAmendment

09 Jan 2024 at 17:17

TenderAmendment

21 Nov 2023 at 09:15

TenderAmendment

06 Feb 2023 at 08:31

TenderAmendment

10 Nov 2022 at 13:41

TenderAmendment

10 Nov 2022 at 10:03

Tender

29 Apr 2022 at 14:47

Summary of the contracting process

The public procurement contracting process involves the Crown Commercial Service seeking automation services for the design, build, and running of automation software, consulting, and software licenses in the IT services industry. The tender, titled "RM6173", is part of a Dynamic Purchasing System with a total value of GBP 100,000,000. The procurement method is selective, and the tender period ends on 15th November 2023. The contract period is from 16th November 2023 to 17th November 2023, based in the United Kingdom.

This procurement opportunity for automation services presents a chance for businesses in the IT consultancy and software development sector to engage with the Crown Commercial Service. Small and medium enterprises (SMEs) would find this opportunity well-suited for competition under the restricted procedure. The contract covers the provision of automation software and consulting, offering potential for business growth through involvement in the public sector procurement process.

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

RM6173

Notice Description

Automation services including the design, build, and running of automation software, maintenance and support, consulting, and provision of software licences. Additional information: Please be advised that this DPS has a further extension of 24 months. This follows the initial period of 18 months, an initial extension period of 12 months, a second extension of 8 months and the third extension of 12 months. Please note the Closing Date, Contract Start Date and Contract End Date have been manipulated to support compatibility system issues. However please refer to the contract notice for the correct dates, timelines etc. The Authority cannot guarantee to suppliers any business through this DPS Agreement. The Authority expressly reserves the right: (i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the customer be liable for any costs incurred by the suppliers. (iii) to make changes to the management charge applicable to this DPS in relation to both the percentage charged and the methodology used. We consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply at the call for competition. It is the Supplier's responsibility to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly. On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact on this requirement. The link below to Gov.uk provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications. Cyber Essentials is a mandatory requirement for central government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-6d51c419-0267-49b5-91e2-d801b9f3809a
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/c637ff81-141c-45e0-bb04-3ef88611ad93
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure (above threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

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

Notice Dates

Publication Date
17 Jul 20241 years ago
Submission Deadline
15 Nov 20269 months to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
16 Nov 2026 - 17 Nov 2026 30 days
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
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

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-b5fd17-6d51c419-0267-49b5-91e2-d801b9f3809a-2024-07-17T10:47:05+01:00",
    "date": "2024-07-17T10:47:05+01:00",
    "ocid": "ocds-b5fd17-6d51c419-0267-49b5-91e2-d801b9f3809a",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "Automation Marketplace Dynamic Purchasing System",
        "title": "RM6173",
        "description": "Automation services including the design, build, and running of automation software, maintenance and support, consulting, and provision of software licences. Additional information: Please be advised that this DPS has a further extension of 24 months. This follows the initial period of 18 months, an initial extension period of 12 months, a second extension of 8 months and the third extension of 12 months. Please note the Closing Date, Contract Start Date and Contract End Date have been manipulated to support compatibility system issues. However please refer to the contract notice for the correct dates, timelines etc. The Authority cannot guarantee to suppliers any business through this DPS Agreement. The Authority expressly reserves the right: (i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the customer be liable for any costs incurred by the suppliers. (iii) to make changes to the management charge applicable to this DPS in relation to both the percentage charged and the methodology used. We consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (\"TUPE\") may apply at the call for competition. It is the Supplier's responsibility to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly. On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact on this requirement. The link below to Gov.uk provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications. Cyber Essentials is a mandatory requirement for central government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.",
        "datePublished": "2022-04-29T15:47:56+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 100000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2026-11-15T00:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2026-11-16T00:00:00Z",
            "endDate": "2026-11-17T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/c637ff81-141c-45e0-bb04-3ef88611ad93",
                "datePublished": "2022-04-29T15:47:56+01:00",
                "format": "text/html",
                "language": "en",
                "dateModified": "2024-07-17T10:47:05+01:00"
            },
            {
                "id": "2",
                "documentType": "contractAnnexe",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/d278596d-26eb-4dde-bd3d-0093e432a68e",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "3",
                "documentType": "contractNotice",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/f9087182-a4e1-4937-8137-8c86b8d21d9f",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "4",
                "documentType": "contractNotice",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/aed25e0f-05e0-4bce-962c-05e30104d342",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "5",
                "documentType": "tenderNotice",
                "url": "https://supplierregistration.cabinetoffice.gov.uk"
            },
            {
                "id": "6",
                "documentType": "contractNotice",
                "url": "https://www.find-tender.service.gov.uk/Notice/011196-2022"
            },
            {
                "id": "7",
                "documentType": "biddingDocuments",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/82f97c9d-010d-4a45-a056-eeb6c7e5ba79",
                "format": "application/zip"
            },
            {
                "id": "8",
                "documentType": "biddingDocuments",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/8d5ee0cf-26e8-47f3-863a-f02f291c6699",
                "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": {
                "name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
                "email": "supplier@crowncommercial.gov.uk",
                "telephone": "+44 3454102222"
            },
            "details": {
                "url": "http://www.gov.uk/ccs"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
        "name": "Crown Commercial Service"
    }
}