Award

Space Enabled and Geospacial Services

THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE (CCS)

This public procurement record has 4 releases in its history.

TenderUpdate

28 Nov 2024 at 15:17

TenderUpdate

11 Jul 2024 at 13:40

Award

10 Jul 2024 at 12:16

Tender

09 Sep 2021 at 21:45

Summary of the contracting process

The Minister for the Cabinet Office acting through Crown Commercial Service (CCS) is in the planning stage of a public procurement process titled "Space Enabled and Geospatial Services." This procurement falls under the industry category of Information Technology Services and is designed to establish a Dynamic Purchasing System (DPS) for the acquisition of space-enabled and geospatial technologies. The DPS agreement allows for continuous participation requests from suppliers and enables public sector customers to access a competitive and emerging market. Key dates include the opportunity duration, which has been extended to 10 October 2025, with the procurement method being a restricted procedure.

This tender presents significant business growth opportunities for companies specialising in space-enabled, geospatial, and related IT services. SMEs, in particular, stand to benefit from the flexible and ongoing nature of the DPS, which opens the door to a diverse range of public sector buyers. Businesses offering geospatial, remote sensing, satellite communications, UAV services, and related consultancy and hardware/software integration services will find this procurement well-suited to their capabilities. Engaging in this tender can lead to meaningful collaborations, increased market presence, and the chance to work on cutting-edge technology projects within the public sector.

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

Space Enabled and Geospacial Services

Notice Description

Crown Commercial Service (CCS) as the Authority intends to put in place a pan government collaborative agreement for the provision of goods and services relating to space-enabled and geospatial technologies. This is designed as a Dynamic Purchasing System agreement (DPS) which offers a simple route to purchase in-scope products and services for the public sector, allowing customers to access a wide range of competition in an emerging market. If you are successfully appointed to the DPS following your submission you will be invited by customers (buyers) to submit tenders for relevant services through a call for competition. This DPS remains open for any supplier to request to participate throughout the duration of the DPS. CCS reserves the right to reduce, extend or terminate the DPS period at any time during its lifetime in accordance with the terms set out in the DPS contract.

Lot Information

Lot 1

The Ocean Country Partnership Programme (OCPP) was announced in 2021 as a key bilateral aid programme under the PS500m Blue Planet Fund. The UK is working with partner countries to deliver marine science technical assistance across the 3 core themes of marine pollution, biodiversity loss and supporting sustainable seafood.

Between 2021-25, Cefas will lead delivery of the Marine Pollution and Sustainable Seafood themes of OCPP, working in partnership with experts from the Joint Nature Conservation Committee (JNCC) and the Marine Management Organisation (MMO).

The overall aim of this work is to support the Government of Maldives to effectively manage and monitor their marine area, specifically the Mendhoo MPA within the Baa Atoll Biosphere Reserve. Cefas are looking for a surveillance system which will allow rangers operating in the region to detect and respond to incidents of non-compliance with the aim of protecting valuable ecosystems and marine resources, and enhancing safety and security. The data may also have an additional benefit by providing data to support environmental surveys, which may include nesting turtle studies and coastal erosion.

A surveillance system in Baa Atoll will provide the rangers operating within the area a better overview of human activity, allowing them to respond to incidents of non-compliance and assess the risks and impacts for future management within the area.

The Supplier will ship, install, and service and maintain the system for the duration of the Contract, as well as provide training to the rangers on the use of the system.

Renewal: Customers may enter into a contract with a supplier for a period of their determining which may exceed the RM6253 Space Enabled and Geospacial Services DPS, should this agreement be terminated at any time. The flexibility of the contracting period allows customers (Buyers) to determine appropriate contracting timelines required to enable the supplier to meet customer needs.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02df3b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/038486-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Dynamic
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment

38 - Laboratory, optical and precision equipments (excl. glasses)

48 - Software package and information systems

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

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

32210000 - Broadcasting equipment

32412100 - Telecommunications network

32510000 - Wireless telecommunications system

32530000 - Satellite-related communications equipment

38115100 - Radar surveillance equipment

38126000 - Surface observing apparatus

38221000 - Geographic information systems (GIS or equivalent)

38290000 - Surveying, hydrographic, oceanographic and hydrological instruments and appliances

38821000 - Radio remote-control apparatus

48614000 - Data-acquisition system

72222300 - Information technology services

72227000 - Software integration consultancy services

72228000 - Hardware integration consultancy services

72254100 - Systems testing services

72260000 - Software-related services

72261000 - Software support services

72262000 - Software development services

72268000 - Software supply services

72300000 - Data services

90711500 - Environmental monitoring other than for construction

Notice Value(s)

Tender Value
£216,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£174,268 £100K-£500K

Notice Dates

Publication Date
28 Nov 20241 years ago
Submission Deadline
8 Sep 2024Expired
Future Notice Date
Not specified
Award Date
23 May 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE (CCS)
Additional Buyers

CENTRE FOR ENVIRONMENT, FISHERIES AND AQUACULTURE SCIENCE

THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Contact Name
Holly Power
Contact Email
procure@cefas.gov.uk, supplier@crowncommercial.gov.uk
Contact Phone
+44 3150103503, +44 3454102222

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

Supplier Information

Number of Suppliers
1
Supplier Name

SIRIUS INSIGHT

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-h6vhtk-02df3b-2024-11-28T15:17:31Z",
    "date": "2024-11-28T15:17:31Z",
    "ocid": "ocds-h6vhtk-02df3b",
    "description": "The value provided in Section II.1.5) is only an estimate. 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 suppliers responsibility to take your 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.",
    "initiationType": "tender",
    "tender": {
        "id": "RM6235",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Space Enabled and Geospacial Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72222300",
            "description": "Information technology services"
        },
        "mainProcurementCategory": "services",
        "description": "Crown Commercial Service (CCS) as the Authority intends to put in place a pan government collaborative agreement for the provision of goods and services relating to space-enabled and geospatial technologies. This is designed as a Dynamic Purchasing System agreement (DPS) which offers a simple route to purchase in-scope products and services for the public sector, allowing customers to access a wide range of competition in an emerging market. If you are successfully appointed to the DPS following your submission you will be invited by customers (buyers) to submit tenders for relevant services through a call for competition. This DPS remains open for any supplier to request to participate throughout the duration of the DPS. CCS reserves the right to reduce, extend or terminate the DPS period at any time during its lifetime in accordance with the terms set out in the DPS contract.",
        "value": {
            "amount": 216000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Ocean Country Partnership Programme (OCPP) was announced in 2021 as a key bilateral aid programme under the PS500m Blue Planet Fund. The UK is working with partner countries to deliver marine science technical assistance across the 3 core themes of marine pollution, biodiversity loss and supporting sustainable seafood.<br/><br/>Between 2021-25, Cefas will lead delivery of the Marine Pollution and Sustainable Seafood themes of OCPP, working in partnership with experts from the Joint Nature Conservation Committee (JNCC) and the Marine Management Organisation (MMO).<br/><br/>The overall aim of this work is to support the Government of Maldives to effectively manage and monitor their marine area, specifically the Mendhoo MPA within the Baa Atoll Biosphere Reserve. Cefas are looking for a surveillance system which will allow rangers operating in the region to detect and respond to incidents of non-compliance with the aim of protecting valuable ecosystems and marine resources, and enhancing safety and security. The data may also have an additional benefit by providing data to support environmental surveys, which may include nesting turtle studies and coastal erosion.<br/><br/>A surveillance system in Baa Atoll will provide the rangers operating within the area a better overview of human activity, allowing them to respond to incidents of non-compliance and assess the risks and impacts for future management within the area.<br/><br/>The Supplier will ship, install, and service and maintain the system for the duration of the Contract, as well as provide training to the rangers on the use of the system.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Customers may enter into a contract with a supplier for a period of their determining which may exceed the RM6253 Space Enabled and Geospacial Services DPS, should this agreement be terminated at any time. The flexibility of the contracting period allows customers (Buyers) to determine appropriate contracting timelines required to enable the supplier to meet customer needs."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Cost",
                            "type": "cost",
                            "description": "30"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32210000",
                        "description": "Broadcasting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32412100",
                        "description": "Telecommunications network"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32510000",
                        "description": "Wireless telecommunications system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32530000",
                        "description": "Satellite-related communications equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38115100",
                        "description": "Radar surveillance equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38126000",
                        "description": "Surface observing apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38221000",
                        "description": "Geographic information systems (GIS or equivalent)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38290000",
                        "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38821000",
                        "description": "Radio remote-control apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48614000",
                        "description": "Data-acquisition system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72227000",
                        "description": "Software integration consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72228000",
                        "description": "Hardware integration consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72254100",
                        "description": "Systems testing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72261000",
                        "description": "Software support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72262000",
                        "description": "Software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72268000",
                        "description": "Software supply services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90711500",
                        "description": "Environmental monitoring other than for construction"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "MV"
                    }
                ],
                "relatedLot": "1",
                "deliveryLocation": {
                    "description": "MV"
                }
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://supplierregistration.cabinetoffice.gov.uk/dps",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on the RM6235 - Space Enabled and Geospacial Services DPS Agreement. The procurement bid pack and registration details can be accessed via the following URL address https://supplierregistration.cabinetoffice.gov.uk/dps and clicking on RM6235 Space Enabled and Geospacial Services Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6235 - Space Enabled and Geospacial Services DPS Agreement please select the 'Access as a Supplier' link which can be located at the URL address above. An example of how to register for the DPS platform can be found at the following youtube generic guide https://www.youtube.com/watch?v=1gMaIEIqEyY&authuser=0 Please note that to register you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. The procurement will be managed electronically via CCS. The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this DPS Agreement. This procurement offering does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS. As part of this contract notice the bid pack and the following documents can be accessed at the link provided below: 1) Contract notice authorised customer list; 2) Rights reserved for CCS DPS Agreement. As part of this contract notice the following documents can be accessed at contracts finder link https://www.contractsfinder.service.gov.uk/Notice/b82ab9c8-cb5a-4cdb-bab6-f1e69d005d88",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasDynamicPurchasingSystem": true
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-09-08T11:59:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2024-05-24"
                        },
                        "newValue": {
                            "date": "2026-03-31"
                        },
                        "where": {
                            "section": "V.2.1.1"
                        }
                    }
                ]
            },
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2024-09-08T23:59:00+01:00"
                        },
                        "newValue": {
                            "date": "2025-10-10T23:59:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Date: (dd/mm/yyyy)"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-575",
            "name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
            "identifier": {
                "legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "region": "UK",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3150103503",
                "email": "supplier@crowncommercial.gov.uk",
                "url": "https://supplierregistration.cabinetoffice.gov.uk/dps"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/ccs",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Public Procurement"
                    }
                ]
            },
            "additionalContactPoints": [
                {
                    "telephone": "+44 3450103503",
                    "email": "supplier@crowncommercial.gov.uk"
                }
            ]
        },
        {
            "id": "GB-FTS-37696",
            "name": "Centre for Environment, Fisheries and Aquaculture Science",
            "identifier": {
                "legalName": "Centre for Environment, Fisheries and Aquaculture Science"
            },
            "address": {
                "streetAddress": "Pakefield Road",
                "locality": "Lowestoft",
                "region": "UK",
                "postalCode": "NR33 0HT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Holly Power",
                "email": "procure@cefas.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.cefas.co.uk/",
                "buyerProfile": "https://defra-family.force.com/s/Welcome",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "05",
                        "description": "Environmental protection"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-118096",
            "name": "Sirius Insight",
            "identifier": {
                "legalName": "Sirius Insight"
            },
            "address": {
                "streetAddress": "Ramster, Petworth Road",
                "locality": "Chiddingford",
                "region": "UK",
                "postalCode": "GU8 4SN",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-69584",
            "name": "Public Procurement Review Body",
            "identifier": {
                "legalName": "Public Procurement Review Body"
            },
            "address": {
                "streetAddress": "N/A",
                "locality": "N/A",
                "postalCode": "N/A",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "publicprocurementreview@cabinetoffice.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit"
            }
        },
        {
            "id": "GB-FTS-4824",
            "name": "The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)",
            "identifier": {
                "legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)"
            },
            "address": {
                "streetAddress": "The Capital Building, Old Hall Street",
                "locality": "Liverpool",
                "region": "UK",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3454102222",
                "email": "supplier@crowncommercial.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/CCS"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-4824",
        "name": "The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)"
    },
    "language": "en",
    "awards": [
        {
            "id": "021061-2024-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-118096",
                    "name": "Sirius Insight"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "021061-2024-1",
            "awardID": "021061-2024-1",
            "status": "active",
            "value": {
                "amount": 174268,
                "currency": "GBP"
            },
            "dateSigned": "2024-05-24T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}