Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/c637ff81-141c-45e0-bb04-3ef88611ad93
17th July 2024 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}
}