Award

Digital Specialist and Programmes (DSP)

THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

This public procurement record has 8 releases in its history.

AwardUpdate

17 Feb 2026 at 15:42

AwardUpdate

16 Dec 2024 at 15:04

Award

19 Sep 2024 at 15:25

AwardUpdate

23 Apr 2024 at 07:55

Award

06 Apr 2022 at 15:29

TenderUpdate

27 Oct 2021 at 21:45

Tender

21 Oct 2021 at 21:45

Planning

15 Sep 2021 at 21:45

Summary of the contracting process

The Crown Commercial Service, acting on behalf of The Minister for the Cabinet Office, has initiated multiple public procurement processes covering digital, data, and technology transformation services across UK government sectors. These processes are encompassed within the tender titled "Digital Specialist and Programmes (DSP)", classified under the IT services category. This procurement was initiated using an open procedure and involves a framework agreement. One significant tender update occurred on 27th October 2021 with registration managed electronically via the eSourcing suite. The framework commenced on 21st March 2022 and is set to expire on 20th March 2024, with potential extensions. The procurement covers substantial digital services intended for central government departments as well as local public sector bodies, and the framework features two lots: Digital Programmes and Digital Specialists. Key dates for engagement were set for 21st October 2021, with the most recent information highlighting ongoing contract modifications to suit strategic governmental objectives. Projects within the tender are conducted UK-wide, with a combined value of £4 billion over four years.

This contracting process creates numerous opportunities for businesses specialising in IT consulting, software development, and support services. With a focus on digital transformation, the tender is well-suited to technology firms capable of delivering sophisticated data management, agile digital services, and compliance with government standards. SMEs, particularly those with Cyber Essentials certification, can leverage this framework to enter strategic partnerships and expand their market presence. The framework structure allows for significant involvement in major digital projects, offering growth potential by contributing to long-term government initiatives. The Digital Programmes lot is particularly beneficial for firms with capabilities in DevOps, digital definition services, and data management. Meanwhile, the Digital Specialists lot demands skilled individual digital experts to fulfil specific roles and outcomes, presenting a good fit for businesses and agencies with competitive specialist teams. Overall, this procurement provides a platform for innovation and growth in public service delivery while enhancing IT capability within the UK's 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

Digital Specialist and Programmes (DSP)

Notice Description

The Agriculture and Horticulture Development Board (AHDB) has begun a programme of work to upgrade its Digital, Data and Technology (DDAT) services so that it can continue to meet the expanding requirements of its levy-payers. There are three key drivers for this programme - the ever-increasing need for data and market intelligence; the requirement to meet legislation and regulations in making DDAT services accessible, well-managed and secure; the drive to use emerging technologies, including AI and automation, to provide higher value services for levy-payers and the wider agriculture sector, and to do so as efficiently as possible.

Lot Information

Digital Programmes

Crown Commercial Service (CCS) as the Authority has put in place a Pan Government Collaborative Agreement for the provision of Digital, Data and Technology (DDaT) specialists and facilitate large-scale digital transformation programmes to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations. The lotting structure of this framework is as follows: Lot 1 - Digital Programmes Lot 2 - Digital Specialists

Renewal: The initial duration of the Framework is 2 years, with an option to extend for 12 months plus additional 12 months. CCS reserve the right to extend lots by varying durations.

Digital Specialists

Digital Specialists Suppliers will provide Buyers with individual Digital, Data and Technology (DDaT) specialist(s) at identified role (or roles) to deliver a specific outcome (or specific outcomes) on a service, programme and/or project. Buyers will define their specific requirements in their Statement of Requirements. Digital specialists suppliers must: * only provide specialists from their own existing team or through identified key subcontractors, * offer evidence of competence in each role if requested by the buyer, * ensure all roles support the government service design manual's description (https://www.gov.uk/service-manual/the-team) of what you need to build a successful service. Digital specialists suppliers must provide all the Digital, Data and Technology (DDaT) roles to be defined in the Framework Specification Any supplier wishing to provide services through an Agency model should be aware that other CCS agreements are available to offer services as an Agency.

Renewal: The initial duration of the Framework is 2 years, with an option to extend for 12 months plus additional 12 months. CCS reserve the right to extend lots by varying durations

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02e146
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/014452-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large

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

72200000 - Software programming and consultancy services

72230000 - Custom software development services

72231000 - Development of software for military applications

72232000 - Development of transaction processing and custom software

72240000 - Systems analysis and programming services

72241000 - Critical design target specification services

72242000 - Design-modelling services

72243000 - Programming services

72244000 - Prototyping services

Notice Value(s)

Tender Value
£4,000,000,000 £1B-£10B
Lots Value
£4,000,000,000 £1B-£10B
Awards Value
Not specified
Contracts Value
£7,002,380,000 £1B-£10B

Notice Dates

Publication Date
17 Feb 20265 days ago
Submission Deadline
16 Nov 2021Expired
Future Notice Date
21 Oct 2021Expired
Award Date
8 Mar 20223 years ago
Contract Period
8 Jan 2026 - 30 May 2026 1-6 months
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
Additional Buyers

AHDB (DEFRA NETWORK ETENDERING PORTAL)

MONEY AND PENSIONS SERVICE

Contact Name
Aisha Shehzad
Contact Email
aisha.shehzad@ahdb.org.uk, commercial@maps.org.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)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG1 Herefordshire, Worcestershire and Warwickshire
Small Region (ITL 3)
TLG13 Warwickshire CC
Delivery Location
Not specified

Local Authority
Warwick
Electoral Ward
Cubbington & Leek Wootton
Westminster Constituency
Kenilworth and Southam

Supplier Information

Number of Suppliers
5
Supplier Names

CAPGEMINI

FULL LIST OF SUCCESSFUL SUPPLIERS IS AVAILABLE ON CONTRACTS FINDER

PA CONSULTING SERVICES

SEE CONTRACTS FINDER NOTICE FOR FULL SUPPLIER LIST

THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

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-02e146-2026-02-17T15:42:03Z",
    "date": "2026-02-17T15:42:03Z",
    "ocid": "ocds-h6vhtk-02e146",
    "description": "The value provided in Section v.2.4 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement. As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/efcd4360-a035-48a2-9543-7e91a97295a3 Redacted Commercial Agreement; Contract notice transparency information for the agreement List of Successful Suppliers; Customer list 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 were required to make themselves aware of the changes as it may impact this requirement. This link 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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 - About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer's specific needs. CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position. For Lot 1 51 suppliers were awarded a place as opposed to the number of 50 as was originally stated in the Contract Notice that was published on 27/10/20. For Lot 2 51 suppliers were awarded a place as opposed to the number of 50 as was originally stated in the Contract Notice that was published on 27/10/20.",
    "initiationType": "tender",
    "tender": {
        "id": "RM6263",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Digital Specialist and Programmes (DSP)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "The Agriculture and Horticulture Development Board (AHDB) has begun a programme of work to upgrade its Digital, Data and Technology (DDAT) services so that it can continue to meet the expanding requirements of its levy-payers. There are three key drivers for this programme - the ever-increasing need for data and market intelligence; the requirement to meet legislation and regulations in making DDAT services accessible, well-managed and secure; the drive to use emerging technologies, including AI and automation, to provide higher value services for levy-payers and the wider agriculture sector, and to do so as efficiently as possible.",
        "value": {
            "amount": 4000000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "title": "Digital Programmes",
                "description": "Crown Commercial Service (CCS) as the Authority has put in place a Pan Government Collaborative Agreement for the provision of Digital, Data and Technology (DDaT) specialists and facilitate large-scale digital transformation programmes to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations. The lotting structure of this framework is as follows: Lot 1 - Digital Programmes Lot 2 - Digital Specialists",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        },
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        },
                        {
                            "type": "price"
                        }
                    ]
                },
                "value": {
                    "amount": 3000000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080,
                    "startDate": "2022-03-21T00:00:00Z",
                    "endDate": "2026-03-07T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial duration of the Framework is 2 years, with an option to extend for 12 months plus additional 12 months. CCS reserve the right to extend lots by varying durations."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            },
            {
                "id": "2",
                "title": "Digital Specialists",
                "description": "Digital Specialists Suppliers will provide Buyers with individual Digital, Data and Technology (DDaT) specialist(s) at identified role (or roles) to deliver a specific outcome (or specific outcomes) on a service, programme and/or project. Buyers will define their specific requirements in their Statement of Requirements. Digital specialists suppliers must: * only provide specialists from their own existing team or through identified key subcontractors, * offer evidence of competence in each role if requested by the buyer, * ensure all roles support the government service design manual's description (https://www.gov.uk/service-manual/the-team) of what you need to build a successful service. Digital specialists suppliers must provide all the Digital, Data and Technology (DDaT) roles to be defined in the Framework Specification Any supplier wishing to provide services through an Agency model should be aware that other CCS agreements are available to offer services as an Agency.",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        },
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 1000000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial duration of the Framework is 2 years, with an option to extend for 12 months plus additional 12 months. CCS reserve the right to extend lots by varying durations"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72230000",
                        "description": "Custom software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72231000",
                        "description": "Development of software for military applications"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72232000",
                        "description": "Development of transaction processing and custom software"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72240000",
                        "description": "Systems analysis and programming services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72241000",
                        "description": "Critical design target specification services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72242000",
                        "description": "Design-modelling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72243000",
                        "description": "Programming services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72244000",
                        "description": "Prototyping services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1",
                "deliveryLocation": {
                    "description": "UK"
                }
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72230000",
                        "description": "Custom software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72231000",
                        "description": "Development of software for military applications"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72232000",
                        "description": "Development of transaction processing and custom software"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72240000",
                        "description": "Systems analysis and programming services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72241000",
                        "description": "Critical design target specification services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72242000",
                        "description": "Design-modelling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72243000",
                        "description": "Programming services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72244000",
                        "description": "Prototyping services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "communication": {
            "futureNoticeDate": "2021-10-22T00:00:00+01:00"
        },
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://crowncommercialservice.bravosolution.co.uk",
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "tenderPeriod": {
            "endDate": "2021-11-16T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2021-11-16T12:01:00Z"
        },
        "bidOpening": {
            "date": "2021-11-16T12:01:00Z"
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "As part of this contract notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/4e72e444-41b6-4a8f-8ef1-367bea21ea0f 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. 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 this requirement. This link 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. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 - About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer's specific needs. CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222."
                        },
                        "newValue": {
                            "text": "As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/4e72e444-41b6-4a8f-8ef1-367bea21ea0f 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. 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 this requirement. This link 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 Plus 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 Plus, for services under and in connection with this procurement. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 - About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer's specific needs. CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222."
                        },
                        "where": {
                            "section": "VI.3"
                        }
                    }
                ]
            }
        ]
    },
    "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://crowncommercialservice.bravosolution.co.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://www.gov.uk/ccs",
                "classifications": [
                    {
                        "id": "MINISTRY",
                        "scheme": "TED_CA_TYPE",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Public Procurement"
                    },
                    {
                        "id": "01",
                        "scheme": "COFOG",
                        "description": "General public services"
                    }
                ]
            },
            "additionalContactPoints": [
                {
                    "telephone": "+44 3450103503",
                    "email": "supplier@crowncommercial.gov.uk"
                },
                {
                    "telephone": "+44 3450103503",
                    "email": "supplier@crowncommercial.gov.uk"
                }
            ]
        },
        {
            "id": "GB-FTS-28450",
            "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",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3450103503",
                "email": "supplier@crowncommercial.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/ccs"
            }
        },
        {
            "id": "GB-FTS-3754",
            "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": "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": [
                "supplier"
            ],
            "details": {
                "url": "https://www.gov.uk/ccs",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-38566",
            "name": "See Contracts Finder Notice for full supplier list",
            "identifier": {
                "legalName": "See Contracts Finder Notice for full supplier list"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "region": "UK",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-111024",
            "name": "MONEY AND PENSIONS SERVICE",
            "identifier": {
                "legalName": "MONEY AND PENSIONS SERVICE"
            },
            "address": {
                "streetAddress": "138 Cauldwell Street",
                "locality": "Bedford",
                "region": "UKH2",
                "postalCode": "MK42 9AP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "commercial@maps.org.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "url": "https://maps.org.uk/en",
                "buyerProfile": "https://maps.org.uk/en"
            }
        },
        {
            "id": "GB-FTS-111597",
            "name": "PA CONSULTING SERVICES LTD",
            "identifier": {
                "legalName": "PA CONSULTING SERVICES LTD",
                "id": "00414220"
            },
            "address": {
                "streetAddress": "CAMBRIDGE TECHNOLOGY CENTRE, MELBOURN, HERTS, SG8 6DP",
                "locality": "Melbourn",
                "region": "UK",
                "postalCode": "SG8 6DP",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.paconsulting.com",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-80434",
            "name": "AHDB (Defra Network eTendering Portal)",
            "identifier": {
                "legalName": "AHDB (Defra Network eTendering Portal)"
            },
            "address": {
                "streetAddress": "Middlemarch Business Park",
                "locality": "Coventry",
                "region": "UK",
                "postalCode": "CV3 4SU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Aisha Shehzad",
                "email": "aisha.shehzad@ahdb.org.uk"
            },
            "roles": [
                "buyer",
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/agriculture-and-horticulture-development-board",
                "buyerProfile": "https://defra-family.force.com/s/Welcome",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "id": "05",
                        "scheme": "COFOG",
                        "description": "Environmental protection"
                    }
                ]
            },
            "additionalContactPoints": [
                {
                    "email": "procurement@ahdb.org.uk"
                }
            ]
        },
        {
            "id": "GB-FTS-108780",
            "name": "Capgemini UK Plc",
            "identifier": {
                "legalName": "Capgemini UK Plc",
                "id": "943935"
            },
            "address": {
                "streetAddress": "No.1 Forge End Woking Surrey",
                "locality": "Woking",
                "region": "UK",
                "postalCode": "GU21 6DB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3709044858"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.capgemini.com/gb-en/",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-3755",
            "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 Building, Old Hall Street",
                "locality": "Liverpool",
                "region": "UK",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3454102222",
                "email": "supplier@crowncommercial.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/ccs"
            },
            "additionalContactPoints": [
                {
                    "telephone": "+44 3454102222",
                    "email": "supplier@crowncommercial.gov.uk"
                }
            ]
        },
        {
            "id": "GB-FTS-116976",
            "name": "See Contracts Finder Notice for full supplier list",
            "identifier": {
                "legalName": "See Contracts Finder Notice for full supplier list"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital Building, Old Hall Street",
                "locality": "Liverpool",
                "region": "UK",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3454102222"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-142927",
            "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": "The Capital Building, Old Hall Street",
                "locality": "Liverpool",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3454102222",
                "email": "supplier@crowncommercial.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/ccs"
            }
        },
        {
            "id": "GB-FTS-174737",
            "name": "See Contracts Finder Notice for full supplier list",
            "identifier": {
                "legalName": "See Contracts Finder Notice for full supplier list"
            },
            "address": {
                "streetAddress": "19 Bull Lane",
                "locality": "Liverpool",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3454102222"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-94375",
            "name": "Full list of successful suppliers is available on Contracts Finder",
            "identifier": {
                "legalName": "Full list of successful suppliers is available on Contracts Finder"
            },
            "address": {
                "streetAddress": "9th Floor, 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": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-142927",
        "name": "The Minister for the Cabinet Office acting through Crown Commercial Service"
    },
    "language": "en",
    "awards": [
        {
            "id": "009301-2022-RM6263-1",
            "relatedLots": [
                "1"
            ],
            "title": "Digital Programmes",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-38566",
                    "name": "See Contracts Finder Notice for full supplier list"
                }
            ]
        },
        {
            "id": "013068-2024-22-50C-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-111597",
                    "name": "PA CONSULTING SERVICES LTD"
                }
            ]
        },
        {
            "id": "030062-2024-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-108780",
                    "name": "Capgemini UK Plc"
                }
            ]
        },
        {
            "id": "040470-2024-RM6263-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-116976",
                    "name": "See Contracts Finder Notice for full supplier list"
                },
                {
                    "id": "GB-FTS-3754",
                    "name": "The Minister for the Cabinet Office acting through Crown Commercial Service"
                }
            ]
        },
        {
            "id": "014452-2026-RM6263-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-174737",
                    "name": "See Contracts Finder Notice for full supplier list"
                },
                {
                    "id": "GB-FTS-94375",
                    "name": "Full list of successful suppliers is available on Contracts Finder"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "009301-2022-RM6263-1",
            "awardID": "009301-2022-RM6263-1",
            "title": "Digital Programmes",
            "status": "active",
            "value": {
                "amount": 3000000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-03-08T00:00:00Z"
        },
        {
            "id": "013068-2024-22-50C-1",
            "awardID": "013068-2024-22-50C-1",
            "status": "active",
            "value": {
                "amount": 2080000,
                "currency": "GBP"
            },
            "dateSigned": "2022-09-22T00:00:00+01:00",
            "period": {
                "durationInDays": 1080
            },
            "items": [
                {
                    "id": "1",
                    "classification": {
                        "scheme": "CPV",
                        "id": "72200000",
                        "description": "Software programming and consultancy services"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UK"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "2",
                    "description": "Increase in contract value by PS480,000 ex VAT",
                    "rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: The Authority procured the contractor to design and create a fully integrated Minimum Viable Product (MVP) of the Money Helper Pensions Dashboard. The Authority now requires additional technical architecture and business analysis services. The additional services are required so that the Beta testing stage of the project can commence. The contractor and the Authority benefit from substantial shared technical, inter-operational skills and knowledge in respect of the services. <br/>[text continues in VI.3.0.1 Additional Information]"
                }
            ]
        },
        {
            "id": "030062-2024-1",
            "awardID": "030062-2024-1",
            "status": "active",
            "value": {
                "amount": 300000,
                "currency": "GBP"
            },
            "dateSigned": "2024-09-14T00:00:00+01:00"
        },
        {
            "id": "040470-2024-RM6263-1",
            "awardID": "040470-2024-RM6263-1",
            "status": "active",
            "value": {
                "amount": 4000000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-03-21T00:00:00Z",
            "period": {
                "startDate": "2022-03-21T00:00:00Z",
                "endDate": "2026-03-07T23:59:59Z"
            },
            "items": [
                {
                    "id": "1",
                    "classification": {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UK"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "3",
                    "description": "In accordance with Regulation 72 paragraph 1 (e ) of the Public Contract Regulations 2015, CCS intends to modify the Digital Specialist and Programmes (DSP) Framework Agreement (RM6263) by extending the term by 12 months.",
                    "rationale": "Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee: Due to the recent decision made by Government to delay the implementation of the Procurement Act 23, Crown Commercial Service (CCS) believes that the first condition set out in Regulation 72(1)(c) Public Contracts Regulations 2015 has been fulfilled in respect of the Framework Agreement. In order to enable CCS to ensure its portfolio is ready for the new implementation date of 24/02/2025, and to safeguard the significant work already completed in the development of the replacement agreement under the new regulations, CCS proposes to extend the Framework Agreement for a period of nine (12) months from its scheduled expiry date. The extended Framework Agreement will expire on 07/03/2026."
                }
            ]
        },
        {
            "id": "014452-2026-RM6263-1",
            "awardID": "014452-2026-RM6263-1",
            "status": "active",
            "value": {
                "amount": 4000000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-03-21T00:00:00Z",
            "period": {
                "startDate": "2026-01-08T00:00:00Z",
                "endDate": "2026-05-30T23:59:59+01:00"
            },
            "items": [
                {
                    "id": "1",
                    "classification": {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UK"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "4",
                    "description": "The extension is required due to the delay of the RM1043.9 Digital Outcomes and Specialists go live date and to ensure a route to market for buyers",
                    "rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: There are no cost implications."
                }
            ]
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 128
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 75
            },
            {
                "id": "3",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "4",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 128
            },
            {
                "id": "5",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}