Tender

Extension of existing Dynamic Purchasing System for Artificial Intelligence DPS

THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

This public procurement record has 2 releases in its history.

Tender

21 Nov 2025 at 13:39

Tender

17 Jul 2024 at 13:30

Summary of the contracting process

The Minister for the Cabinet Office, through the Crown Commercial Service (CCS), is overseeing an active procurement process for an extension of the Dynamic Purchasing System (DPS) focused on Artificial Intelligence services. This DPS, classified under the 'Data services' industry category with a substantial estimated value of £400 million, is designed to streamline the procurement of AI services for public sector needs in the UK. CCS is based in Liverpool and manages this initiative from The Capital Building. The current procurement stage is a tender process, with the DPS set to continue until 23 February 2029. Interested suppliers should note the qualifications required, including adherence to Cyber Essentials, influenced by Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE), as applicable. This restricted procedure allows for electronic submissions, with details accessible via the CCS supplier registration portal.

This tender provides a significant opportunity for businesses specialising in AI services, such as programming, business analysis consultancy, software development, and implementation within the public sector. It encourages service providers who can offer comprehensive AI solutions, including consultancy, licensing, and customisation, to participate. SMEs and larger IT firms that can comply with the technical standards set by Cyber Essentials will find this an advantageous platform to expand their market presence and develop long-term partnerships with public entities. The open nature of the DPS allows suppliers to join at any time, fostering an environment of continuous competition and innovation.

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

Extension of existing Dynamic Purchasing System for Artificial Intelligence DPS

Notice Description

Crown Commercial Service has set up a Dynamic Purchasing System for the supply of artificial intelligence services. Crown Commercial Service is inviting suppliers to request to participate in the Artificial Intelligence DPS. This DPS offers a simple route to purchase artificial intelligence services in the public sector, allowing customers to access a wide range of competition in an emerging market, including discovery and consultancy services, licencing, customisation and support for AI applications, and end-to-end partnerships. 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

Artificial intelligence services including programming services of application software, business analysis consultancy services, software development services, software implementation services, and data services. Additional information: This is to advise that an extension has been utilised and the end date is now 23 February 2029 and also an increase of the contract notice value to PS400m.

Renewal: Customers may enter into a contract with a supplier for a period of their determining which may exceed the RM6200 Artificial Intelligence 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-047e22
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/076043-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72212000 - Programming services of application software

72221000 - Business analysis consultancy services

72243000 - Programming services

72246000 - Systems consultancy services

72262000 - Software development services

72263000 - Software implementation services

72266000 - Software consultancy services

72300000 - Data services

Notice Value(s)

Tender Value
£400,000,000 £100M-£1B
Lots Value
£400,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 Nov 20253 months ago
Submission Deadline
23 Feb 20294 years to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
2 Sep 2020 - 23 Feb 2026 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE
Contact Name
Not specified
Contact Email
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
Not specified

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-047e22-2025-11-21T13:39:34Z",
    "date": "2025-11-21T13:39:34Z",
    "ocid": "ocds-h6vhtk-047e22",
    "description": "This DPS has been extended. The reasoning for this is to allow an appropriate amount of time to design the replacement agreement. 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": "RM6200",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Extension of existing Dynamic Purchasing System for Artificial Intelligence DPS",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72300000",
            "description": "Data services"
        },
        "mainProcurementCategory": "services",
        "description": "Crown Commercial Service has set up a Dynamic Purchasing System for the supply of artificial intelligence services. Crown Commercial Service is inviting suppliers to request to participate in the Artificial Intelligence DPS. This DPS offers a simple route to purchase artificial intelligence services in the public sector, allowing customers to access a wide range of competition in an emerging market, including discovery and consultancy services, licencing, customisation and support for AI applications, and end-to-end partnerships. 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": 400000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Artificial intelligence services including programming services of application software, business analysis consultancy services, software development services, software implementation services, and data services. Additional information: This is to advise that an extension has been utilised and the end date is now 23 February 2029 and also an increase of the contract notice value to PS400m.",
                "value": {
                    "amount": 400000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720,
                    "startDate": "2020-09-03T00:00:00+01:00",
                    "endDate": "2026-02-23T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Customers may enter into a contract with a supplier for a period of their determining which may exceed the RM6200 Artificial Intelligence 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"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72212000",
                        "description": "Programming services of application software"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72221000",
                        "description": "Business analysis consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72243000",
                        "description": "Programming services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72246000",
                        "description": "Systems consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72262000",
                        "description": "Software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72263000",
                        "description": "Software implementation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72266000",
                        "description": "Software consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "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 RM6200 - Artificial Intelligence 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 Technology Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6200 - Artificial Intelligence 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/5e1c7334-3f3a-4a34-8328-0d57db69c7df#",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            },
            {
                "id": "economic1",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical1",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2029-02-23T23:59:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "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",
                "url": "https://supplierregistration.cabinetoffice.gov.uk/dps"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://supplierregistration.cabinetoffice.gov.uk/dps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-87208",
            "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",
                "email": "supplier@crowncommercial.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/CCS"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-3754",
        "name": "The Minister for the Cabinet Office acting through Crown Commercial Service"
    },
    "language": "en"
}