Award

RM6148 Quality Assurance and Testing for IT Systems 2

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

This public procurement record has 6 releases in its history.

TenderUpdate

17 Feb 2026 at 11:36

TenderUpdate

19 Sep 2025 at 15:53

Tender

25 Jun 2025 at 15:52

TenderUpdate

28 Feb 2025 at 13:03

Award

09 Aug 2024 at 10:44

Tender

02 Nov 2023 at 17:01

Summary of the contracting process

The Crown Commercial Service (CCS), operating under The Minister for the Cabinet Office, has extended the dynamic purchasing system (DPS) for "Quality Assurance and Testing for IT Systems 2" (RM6148) until 23 February 2029. This procurement pertains to computer-related professional services, primarily benefitting sectors within central government and the wider public sector in the UK. The initiative is currently in the tender update stage, following its latest amendment made on 17 February 2026. Suppliers interested in this services category have until the newly extended deadline to express their interest for participation. The procurement process employs a selective, restricted procedure, allowing ongoing supplier participation throughout its 112-month tenure, though CCS retains rights to modify the DPS duration as necessary.

This procurement presents a significant opportunity for businesses specialising in IT quality assurance and testing services. The open-ended nature of this DPS allows varied businesses, from SMEs to larger enterprises, to join and compete for service contracts as they arise. Given the dynamic nature of this procurement arrangement and the sizeable total estimated value of £800 million, companies that excel in adaptability, scalability, and comprehensive IT system testing solutions are highly suited to participate. Moreover, compliance with government-mandated security classifications and Cyber Essentials is key for eligible suppliers, indicating a strong opportunity for businesses capable of providing robust cyber security capabilities.

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

RM6148 Quality Assurance and Testing for IT Systems 2

Notice Description

Crown Commercial Service (CCS) set up a dynamic purchasing system for an initial period of 48 months. The time limit for expressions of interest was extended to 1 July 2025 and this date has now been extended to 23 February 2029. CCS is inviting bidders to request to participate for the Quality Assurance and Testing for IT Systems 2 DPS. This DPS will provide central government and wider public sector departments the opportunity to procure Quality Assurance and Testing services from a range of suppliers. The DPS filters are for services, location, clearance and scalability. If you are successfully appointed to the DPS you will be invited by customers (buyers) to submit tenders for relevant services through a competition. This DPS remains open for any supplier to request to participate throughout its 112 month duration. CCS reserve 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 Agreement. The value in section II.1.5 has been increased in line with the extension of the period of validity.

Lot Information

Lot 1

The supplier shall have the ability to provide quality assurance and testing for IT systems to central government and wider public sector departments. Additional information: The duration given in II.2.7 is the duration of the DPS Initial period was 48 months First extension period was 19 months This is a further extension of 3 years and 7 months Total duration is 112 months

Renewal: Customers may enter into a contract with a supplier for a period of their determining which may exceed the RM6148 Quality Assurance and Testing for IT Systems 2 DPS Agreement, 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-04116e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/014219-2026
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
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72590000 - Computer-related professional services

Notice Value(s)

Tender Value
£800,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Feb 20265 days ago
Submission Deadline
23 Feb 2026Today
Future Notice Date
Not specified
Award Date
23 Jun 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
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

NHS ENGLAND

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

Contact Name
NHSDcontractmanagement
Contact Email
nhsdcontractmanagement@nhs.net, supplier@crowncommercial.gov.uk
Contact Phone
+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
TLE Yorkshire and The Humber

Local Authority
Liverpool
Electoral Ward
City Centre North
Westminster Constituency
Liverpool Riverside

Supplier Information

Number of Suppliers
1
Supplier Name

QUALITEST GROUP

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-04116e-2026-02-17T11:36:53Z",
    "date": "2026-02-17T11:36:53Z",
    "ocid": "ocds-h6vhtk-04116e",
    "description": "The RM6148 Quality Assurance and Testing for IT Systems 2 (QAT2) has been extended and the time limit for expressions of interest is now 23 February 2029. The extension will maintain service provision so that customers can continue to buy the services they need. This is in line with other extensions to DPS agreements provided by CCS. The extension will also facilitate development of a replacement framework which will adhere to the Procurement Act 2023. 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 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.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-04116e",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "RM6148 Quality Assurance and Testing for IT Systems 2",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72590000",
            "description": "Computer-related professional services"
        },
        "mainProcurementCategory": "services",
        "description": "Crown Commercial Service (CCS) set up a dynamic purchasing system for an initial period of 48 months. The time limit for expressions of interest was extended to 1 July 2025 and this date has now been extended to 23 February 2029. CCS is inviting bidders to request to participate for the Quality Assurance and Testing for IT Systems 2 DPS. This DPS will provide central government and wider public sector departments the opportunity to procure Quality Assurance and Testing services from a range of suppliers. The DPS filters are for services, location, clearance and scalability. If you are successfully appointed to the DPS you will be invited by customers (buyers) to submit tenders for relevant services through a competition. This DPS remains open for any supplier to request to participate throughout its 112 month duration. CCS reserve 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 Agreement. The value in section II.1.5 has been increased in line with the extension of the period of validity.",
        "value": {
            "amount": 800000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The supplier shall have the ability to provide quality assurance and testing for IT systems to central government and wider public sector departments. Additional information: The duration given in II.2.7 is the duration of the DPS Initial period was 48 months First extension period was 19 months This is a further extension of 3 years and 7 months Total duration is 112 months",
                "contractPeriod": {
                    "durationInDays": 3360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Customers may enter into a contract with a supplier for a period of their determining which may exceed the RM6148 Quality Assurance and Testing for IT Systems 2 DPS Agreement, 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": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "55"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Cost",
                            "type": "cost",
                            "description": "35"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "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 RM6148 Quality Assurance and Testing for IT Systems 2 DPS Agreement. The procurement bid pack and registration details can be accessed via the following URL address https://supplierregistration.cabinetoffice.gov.uk/dps and selecting the \"Technology\" link Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6148 Quality Assurance and Testing for IT Systems 2 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 and 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. 3) DPS Bid Pack 4) DPS Contract Notice Transparency Information for Crown Commercial Service Framework Agreement As part of this contract notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/8c87b941-6fd0-42b2-82bf-85663d995501",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "suitability",
                    "description": "Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on the RM6148 Quality Assurance and Testing for IT Systems 2 DPS Agreement. The procurement bid pack and registration details can be accessed via the following URL address https://supplierregistration.cabinetoffice.gov.uk/dps and selecting the \"Technology\" link Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6148 Quality Assurance and Testing for IT Systems 2 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 and 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. 3) DPS Bid Pack 4) DPS Contract Notice Transparency Information for Crown Commercial Service Framework Agreement As part of this contract notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/8c87b941-6fd0-42b2-82bf-85663d995501",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            },
            {
                "id": "economic1",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical1",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2026-02-23T17:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "amendments": [
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "The duration given in II.2.7 is the duration of the extension period. This is an extension of 19 months following the initial period of 48 months."
                        },
                        "newValue": {
                            "text": "This DPS was scheduled to expire on 1 December 2023. We are exercising the extension option to maintain service provision while we review the future design of this agreement to enable a thorough analysis and market/customer engagement to be conducted, before a strategic decision can be made on the next iteration of this agreement. We are extending QAT2 until 1 July 2025."
                        },
                        "where": {
                            "section": "II.2.14"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2025-05-27"
                        },
                        "newValue": {
                            "date": "2025-07-01"
                        },
                        "where": {
                            "section": "IV.2.2"
                        }
                    }
                ],
                "description": "https://www.contractsfinder.service.gov.uk/Notice/8c87b941-6fd0-42b2-82bf-85663d995501"
            },
            {
                "id": "3",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2026-02-23"
                        },
                        "newValue": {
                            "date": "2029-02-23"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Date: (dd/mm/yyyy)"
                        }
                    }
                ]
            },
            {
                "id": "4",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2026-02-23"
                        },
                        "newValue": {
                            "date": "2029-02-23"
                        },
                        "where": {
                            "section": "IV.2.2"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-5612",
            "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)",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "region": "UK",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3454102222",
                "email": "supplier@crowncommercial.gov.uk",
                "url": "https://supplierregistration.cabinetoffice.gov.uk/dps"
            },
            "roles": [
                "buyer"
            ],
            "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"
                    },
                    {
                        "id": "01",
                        "scheme": "COFOG",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "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",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3454102222",
                "email": "supplier@crowncommercial.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.crowncommercial.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-107961",
            "name": "NHS England",
            "identifier": {
                "legalName": "NHS England"
            },
            "address": {
                "streetAddress": "7-8 Wellington Place",
                "locality": "Leeds",
                "region": "UK",
                "postalCode": "LS1 4AP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "NHSDcontractmanagement",
                "email": "nhsdcontractmanagement@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.england.nhs.uk/",
                "buyerProfile": "https://www.england.nhs.uk/",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "id": "07",
                        "scheme": "COFOG",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-121139",
            "name": "QUALITEST GROUP UK LTD",
            "identifier": {
                "legalName": "QUALITEST GROUP UK LTD",
                "id": "04394772"
            },
            "address": {
                "streetAddress": "1 Appold Street London",
                "locality": "London",
                "region": "UK",
                "postalCode": "EC2A 2UT",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-62910",
            "name": "High Court (Technology and Construction Court)",
            "identifier": {
                "legalName": "High Court (Technology and Construction Court)"
            },
            "address": {
                "streetAddress": "Rolls Building, Fetter Lane",
                "locality": "London",
                "postalCode": "EC4A 1NL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/courts-tribunals/technology-and-construction-court"
            }
        },
        {
            "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",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3454102222"
            },
            "roles": [
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://www.crowncommercial.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-174677",
            "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/ccs"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-174677",
        "name": "The Minister for the Cabinet Office acting through Crown Commercial Service (CCS"
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:523086-2019:TEXT:EN:HTML"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "025202-2024-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-121139",
                    "name": "QUALITEST GROUP UK LTD"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "025202-2024-1",
            "awardID": "025202-2024-1",
            "status": "active",
            "dateSigned": "2024-06-24T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "3",
                "measure": "bids",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "1",
                "measure": "lowestValidBidValue",
                "relatedLot": "1",
                "value": 20000000,
                "currency": "GBP"
            },
            {
                "id": "2",
                "measure": "highestValidBidValue",
                "relatedLot": "1",
                "value": 20000000,
                "currency": "GBP"
            }
        ]
    }
}