Award

Space Technology Solutions

CROWN COMMERCIAL SERVICE

This public procurement record has 49 releases in its history.

Tender

01 Jul 2025 at 09:20

Planning

12 May 2025 at 13:06

Summary of the contracting process

The Crown Commercial Service (CCS) has recently concluded multiple procurement awards under the "Space Technology Solutions" framework, pursuant to legal stipulations under the UKPGA 2023/54. This framework contract encompasses various industry categories within the public authority, central government sector. The procurement stage has advanced to the award phase with multiple suppliers, including BMT Limited, Zircon Software Limited, Hughes Network Systems Limited, and others, being awarded contracts. The most recent awards were made on 6th November 2025 in Liverpool, UK, with some suppliers operating from other regions such as London and Bristol. These partnerships cover dynamic market modifications, as announced in related tender notices.

This procurement offers substantial opportunities for businesses specializing in space technology solutions to leverage government contracts for growth, particularly those adept in providing technical, data, and satellite services. With CCS serving as a notable buying organization, businesses that offer advanced and innovative solutions in technology and data services stand to gain a foothold in governmental projects. Sectors like telecommunications, data analytics, and aerospace are particularly well-suited to encompass the varied needs detailed in these tenders. Firms aiming to collaborate in such projects should ensure they meet all compliance and technical standards set forth by the government contracts to maximize their potential growth and contribution to public projects.

How relevant is this notice?

Notice Information

Notice Title

Space Technology Solutions

Notice Description

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Dynamic Market for the provision of Space Technology Solutions to be utilised by Central Government Departments and all other UK Public Sector Bodies (the full list is included below the ' Awarding Contracts' section of this notice). The RM6370 Space Technology Solutions Dynamic Market provides civil and defence related space and geospatial requirements, including related technology, operations, data and advisory solutions (Space Technology Solutions). The Dynamic Market provides a broad scope of goods, works and/or services related to the following deliverables: satellite communications; unmanned autonomous vehicles (UxVs); geospatial and remote sensing; upstream launch services; design and manufacture; space domain awareness; space command and control; rapid deployment capability; research and development; position, navigation and timing; intelligence, surveillance and reconnaissance; sustainability; security, risk and insurance consulting. The range of goods, works and/or services is broad and intended to capture commercially viable products and services which may be 'off the shelf' or bespoke to the buyer requirement. The Dynamic Market is divided into categories, called 'Parts'. Each Part provides specific goods, works and/or services, as detailed in the Part descriptions. The initial duration of the Dynamic Market will be six years with an optional extension of two years. An application to be appointed to the Dynamic Market, in response to this Dynamic Market Notice, can be made at any time before the End Date of the Dynamic Market. An application can be made as a single legal entity or as a special purpose vehicle (SPV). Please note that all members of a consortium (where an SPV has not been formed) wishing to tender for buyer contracts with reference to this Dynamic Market must submit their own separate application for appointment to the Dynamic Market. The Conditions for Membership for this Dynamic Market Space Technology Solutions, RM6370, are detailed in this Dynamic Market Notice. The Dynamic Market Terms of Use as provided by Crown Commercial Service, available in the Information Pack, govern the Supplier's interaction with the Dynamic Market. These Terms are additional to the Supplier's Conditions for Membership which the Supplier must satisfy to become a member of the Dynamic Market. The process followed by buyers to award a contract with reference to this Dynamic Market is governed by section 34 of the Procurement Act 2023. Section 34 allows buyers to award a contract with reference to an 'appropriate dynamic market', provided the competitive flexible procedure is used. An appropriate dynamic market is one which covers the goods, works and/or services that the buyer wishes to purchase. Please note it is the suppliers responsibility to monitor Find a Tender service for any transparency notices published for contracts with reference to this Dynamic Market and respond accordingly. The Dynamic Market Information Pack contains the Terms of Use and instructions on how to submit an application to join the Dynamic Market and is available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370

Lot Information

Ground Stations

Equipment, technologies and infrastructure relating to ground stations for the purposes of developing and/or maintaining a gateway between the Ground Segment and the Space Segment. Enabling Ground Stations to transmit and receive instructions and data from/to satellites in space and elsewhere in the Ground Segment. This would include but not limited to, technologies to overcome atmospheric or adversarial interference, signal degradation or enable use of higher frequencies. Ground stations are also referred to as Earth stations or Earth terminals.

Cryptographic Technology

Cryptographic equipment and technologies for the purposes of securing information and communications across an entire network of satellites, between satellites, including but not limited to space, ground and link segments. This could include all types of encryption hardware and software.

Satellite Components

All technologies relating to Space Assets. This can include but not limited to systems, subsystems, individual components such as sensors, communications systems, on-board processors, solar cells, transponders, propulsion systems, reactions wheels intended for use in relation to Space technology - whether in satellites or on the ground in test facilities.

Satellites and Spacecraft

Technologies, equipment and components for the complete design and build of Space assets. This could include but not limited to all types of satellites and spacecraft designed to be launched beyond the Earth's atmosphere, such as payloads, spacecraft buses, launch vehicles, and the transportation of satellites to launch providers, etc.

Ground Based Sensors

Systems, equipment and technologies relating to ground-based sensors for the purposes of gathering information about Space and objects in Space. This includes but not limited to telescopes, optical sensors, such as spectrometers and infrared detectors, and sensors which use radio frequency, such as RADAR and LIDAR

Software including Algorithms, Machine Learning, AI and Licences

All technologies and services related to Software such as Algorithms, Machine Learning, AI, AI Modelling including Software Research, Design or Access to Licences. This includes but not limited to software which uses AI to forecast weather events; Sensor data analysis; Earth Observation analysis; Machine learning analytics used in robotics.

Generic Ground Infrastructure

Generic ground infrastructure, also known as the 'ground segment', enabling support of, and communication between, space elements and the ground. This could include but not limited to Mission Control Centres for monitoring and managing spacecraft, as well as analysing data.

Digital Ground Infrastructure

All infrastructure, hardware and software which enable digital services with the ground segment of a space system. This includes but not limited to computers, servers, wiring and connection points; software such as operating systems and apps; physical and virtual networks, such as local area networks (LANs); and data centres to store, process and distribute data.

Launch Technology and Infrastructure

All equipment, technology and infrastructure related to the launch of objects and spacecraft into orbit and Space. This includes for example but not limited to launch vehicles, rockets, spacecraft buses, launch design, intergration and planning, mission support, specialist ground infrastructure, such as launch pads, runways, gantries, silos, bunds, storage facilities, construction, transportation and launch/landing control facilities, etc.

Space-Based Sensors

All equipment and technologies relating to Space-based sensors that can track, survey objects and provide information on the earth's surface. Space-based sensors could include but not limited those which use radio frequency, including passive RF sensors, RADAR and INSAR; sensors which use the electromagnetic spectrum, such as hyperspectral, near visual and infrared sensors; and radiometric sensors which measure gamma radiation.

Planetary and Lunar Exploration

Technologies relating to the scientific investigation of the planets and other celestial bodies within our solar system.

Space Control

All equipment and technologies relating to the use of defensive and offensive capabilities to assure freedom of action in space, whilst denying adversaries to achieve the same. This includes but not limited to on-orbit, terrestrial and cyber infrastructure resilience, such as systems and activities used to prevent the disruption and degradation of allied assests; destroying or preventing a satellite's operation in orbit. Space Control also encompasses defensive technologies, such as physical hardening of satellites; anti-jamming and cryptographic techniques; and Active Measures, such as sensor reorientation.

Simulators, Stimulators, Test and Training Equipment

All equipment and technologies relating to Simulators, Stimulators, Test and Training Equipment. Including equipment to support end-to-end systems testing and training, including compatibility, integration, interface and mission-readiness testing.

Onboard Hardening, System and Capability Resilience, Adaptability

All technologies, processes and equipment related to ensuring the resilience to hostile environments and effects, whether human or natural in origin, on componentry and materials.

In-Orbit Servicing and Manufacturing

Technology and equipment relating to In-Orbit Servicing and Manufacturing. This can include but not limited to equipment for the testing and development of space technologies suitable for in-orbit servicing, assembly and manufacturing. In-Orbit Servicing can involve refuelling, repair and orbit adjustment. In-orbit manufacturing could involve creating materials, components or infrastructure in space.

Orbital Assets Disposal

Technology and equipment to assist in the prevention of space debris as well as enabling orbital clearing of debris, obsolete satellites and spacecraft, including Satellite decommissioning, etc.

Data Capture Hardware

General geospatial survey sensors and tools used to collect geospatial data accurately and efficiently for a wide range of applications, including localized ground-based sensors (e.g. Imagery, LiDAR and radar sensors).

Unmanned Autonomous Vehicles (UxVs)

Technology and equipment relating to Unmanned Autonomous Vehicles (UxVs). Autonomous vehicles that operate without a human occupant or pilot on board, encompassing various types classified by their capabilities and features, for example, ground, aerial, maritime surface and underwater vehicles.

Unmanned Autonomous Vehicles (UxVs) - Control Systems

The electronic and electromechanical systems that control Unmanned Autonomous Vehicles (UxVs). They can include remote controllers, command and control systems, and flight control systems.

Unmanned Autonomous Vehicles (UxVs) - Payloads

Technology and equipment that an Unmanned Autonomous Vehicles (UxVs) can carry relating to the provision of additional services such as sensors, thermal infrared sensors, cameras and communication tools.

Unmanned Autonomous Vehicles (UxVs) - Other technology and equipment

Other technology and equipment relating to Unmanned Autonomous Vehicles (UxVs) not covered elsewhere. Including but not limited to, the to the use, security and detection of UxVs.

Image Based Navigation

All equipment and technologies relating to the use of Image-based navigation for the purposes of Position, Navigation and Timing. Image-based Navigation aims at navigating by processing a series of image data. This image data includes data that is both inside and outside of the visual spectrum and may be recorded with passive sensors like digital cameras or active instruments like laser scanners.

Signals of Opportunity Receiver

All equipment and technologies relating to the use of Signals of Opportunity receivers for the purpose of Position Navigation and Timing. Signals of opportunity uses existing infrastructure and harnesses signals, which were not originally designed to determine position or aid navigation, such as radio transmissions from broadcasting towers, Wi-Fi points and signals from broadcast or communications satellites, to establish location. This includes, but not limited to, receivers for satellite signals of opportunity, terrestrial Signals of opportunity, Ultra-wide Band (UWB) and Low Power Wireless (LPW) technologies, VOR/DME (VHF Omnidirectional Range with a Distance Measuring Equipment).

Inertial Navigation Systems

All equipment and technologies relating to the use of Inertial Navigation Systems (INS) for the purpose of Position and Navigation. An Inertial Navigation System is a unit that uses sensors to continuously calculate by dead reckoning: velocity, orientation and position. This includes sensors such as accelerometers and gyroscopes.

eLORAN

All equipment and technologies relating to the use of Enhanced Longe-Range Navigation (eLORAN) for the purpose of Position, Navigation and Timing. eLORAN is a radio navigation system that can be used to provide 2-dimensional position information and timing. This includes complete systems, and components such as antenna and receivers.

PNT Sensor Processing and Fusion

All equipment and technologies relating to the use of PNT Sensor Processing and Fusion for the purpose of Position, Navigation and Timing (PNT). PNT Sensor Processing Fusion combines data from multiple different PNT sensor sources to provide accurate information on PNT. This includes the Sensor Fusion engines using techniques including, but not limited to, Kalman Filters and Particle Filters.

PNT Effectors

All equipment and technologies used to effect the adversaries Position, Navigation and Timing (PNT). PNT effectors seek to limit adversaries effective use of PNT systems whilst maintaining resilient PNT systems. This includes jamming and spoofing techniques.

PNT Understand

All equipment, technologies and services related to understanding the Position, Navigation and Timing (PNT) environment. PNT Understand is the ability to monitor conditions such as where PNT technologies are being used and predict future hazards. This includes detection, tracking and cataloguing of PNT technologies as well as situational analysis and warnings.

Atomic Clocks

All equipment and technologies relating to atomic clocks and their use in Position, Navigation and Timing (PNT). Atomic Clocks use the resonant frequency of certain atoms to measure time to a high accuracy. This includes all types of clocks, including but not limited to fountain clocks, reference clocks, Chip Scale Atomic Clocks (CSAC) and quantum clocks.

Precision Time Transfer Methods

All equipment, technologies and services related to transfering precise time. Precise Time Transfer is the transmission of time from a reference time source to other clocks in a network so they compute their offset to the reference clocks and adjust accordingly to achieve and maintain network time synchronisation. This includes, but not limited to: TWSTFT (Two Way Satellite Time and Frequency Transfer), Fibre optic cable, PTP (Precise Time Protocol).

PNT Environmental Sensors

All equipment and technologies relating to the use of PNT Environmental Sensors for the purpose of PNT. PNT Environmental Sensors are sensors that measure environmental data and use it to provide Position, Navigation and Time. This includes but isn't limited to: Bathymetry, Gravimetry, Altimeters, Electromyography, magnetometers.

Celestial Navigation

All equipment and technologies related to Celestial Navigation. Celestial Navigation is the determination of position based on measurements of celestial bodies (e.g. Sun, Stars) relative to the Earth or a known horizon. This includes digital sextants and automated Celestial Navigation.

LEO PNT Receivers

All equipment and technologies related to Low Earth Orbiting (LEO) PNT. LEO PNT provides timing and location data from an orbit about 25 times closer than GNSS, meaning a stronger signal, requiring a dedicated payload to be deployed on a satellite system. This could include products such as: space segments, antenna and receivers.

Mitigation components for GNSS interference

All equipment and technologies relating to the mitigation of GNSS interference. This includes (but not limited to) Control Reception Pattern Array and (CRPA) and anti-spoofing.

GNSS Open Signal Receiver

All equipment relating to the reception of uncoded signals emitted from any Global Navigation Satellite System (GNSS) for the purpose of PNT. This could include products such as: commercially available receivers.

GNSS Encrypted Signal Receiver

All equipment relating to the reception and decoding of encrypted signals emitted from any Global Navigation Satellite System (GNSS) for the purpose of PNT. This could include products containing: Security devices such as Selective Availability Anti Spoofing Module (SAASM) or Military Code (M-Code) Technology which allow access to GPS Protected Positioning Service (PPS) signals.

PNT Sensor system

All equipment and technologies relating to the use of Position, Navigation and Timing (PNT) Sensor system for the purpose of PNT. PNT Sensor Systems are any system that includes multiple technologies, so does not fit into any of the above sub categories and/or multiple technologies from the sub categories above. This includes an EGI, Sensor Fusion System or a GNSS Receiver integrated with a CRPA.

PNT Magnetic Navigation

All equipment and data relevant to the measurement and analysis of magnetic variations which underpin our ability to use the earth magnetic field for navigation above and below ground which complements PNT base services and provides GNSS resilience. This includes all apparatus necessary for observatories which manage high sensitivity instrumentation, that must be maintained in a carefully managed, stable environment, free from anthropogenic interference over long timescales to capture the field to high accuracy and with a wide range in amplitude and period.

PNT Geodesy

All equipment relating to the measurement, storage and analysis relating to Geodesy and the maintenance or enhancement of the International Terrestrial Reference Frame (ITRF). This includes ranging lasers, telescopes and associated components with key techniques being Satellite Laser Ranging, Very Long Baseline Interferometry and Global Navigation Satellite Systems.

SATCOM - Space Segment

All elements of Technology Delivery related to Satellite Communication (SATCOM) Space Segments. This includes advancements to the spacecraft payload, bus, and link segment.

SATCOM - Link Segment

All elements of Technology Delivery related to Satellite Communication (SATCOM) Link Segments. This includes advancements to modems, waveforms, power, gain, antenna, and technology applicable to the link segment

SATCOM - Ground Segment

All elements of Technology Delivery related to Satellite Communication (SATCOM) Ground Segments. This includes advancements to the ground segment network, grounding stations (teleports), antenna, and link segment.

SATCOM - User Terminal

All elements of Technology Delivery related to Satellite Communication (SATCOM) User Terminals. This includes advancements for all types of terminals, fixed or portable, including Very Small Aperture Terminal (VSAT) and Broadband Global Area Network (BGAN). This also includes services related to the advancement of user terminals.

SATCOM - Management

All elements of Technology Delivery related to Satellite Communication (SATCOM) Management. This includes advancements in the management of SATCOM services, networks, hardware, and software.

SATCOM - Integration

All elements of Technology Delivery related to Satellite Communication (SATCOM) Integration. This includes integration and enhancements if SATCOM services, spacecraft, networks, ground architecture, and expertise.

SATCOM - Launch Licensing

All services relating to the regulatory licences required under the UK Space Industry Act 2018 for satellite launch activities. This may include, but is not limited to: Launch and Return Licence and Orbital Operator Licence. It encompasses the licence itself and the associated regulatory commitments, from initial application through to renewal and ongoing compliance. This includes meeting statutory/regulatory obligations placed on the licence holder and ensuring legal authority for launch, return, and satellite operation activities.

SATCOM - Security

All elements of Technology Delivery related to Satellite Communication (SATCOM) Security Services. This includes advancements in the security of SATCOM services, networks, hardware, and software.

Software Support Services

Software support services are to include but not limited to through-life support, penetration testing, information assurance, Cyber improvement plans, and Cyber Risk Assessments. This may include the need to incorporate effective cyber security practices when building digital services and technical infrastructure.

Payload Hosting Services

Relating to those services which allow payloads, such as instruments or sensors owned or operated by a third party, to maintain orbital capability on a host commercial satellite.

Crypto and Key Management Services

Services for the purposes of securing digital information and communications across the entire satellite system. This includes but not limited to creation of cryptographic keys and management across the lifecycle, i.e. distribution, operational use and destruction.

Data Processing Services

All types of data processing services including but not limited to Validation and Verification - independent procedures that are used together for checking a product, service, or system meets requirements and specifications, and that it fufills its intended purpose; Data Curation - process of creating, organising and maintaining data sets so they can be accessed and used by people looking for information. It could involve collecting, structuring, indexing and catalouging data for users in an organisation, group or the public domain.

Up-Link and Down-Link Services

Services for sending and receiving data between one or more satellites and the ground. This could include but not limited to ground-space linkage and space-space linkage.

Satellite Operation and Support Services

All operations and services related to In-Orbit Operation and Support. This includes but not limited to satellite command and control, flight dynamics, mission control maintenance and engineering services.

Ground Support Services

Operation and maintenace services related to ground infrastructure and equipment, including but not limited to 24/7 support, replenishment, safety testing, through-life support cover, planned and unplanned maintenance, and routine servicing of ground-based sensors and ancillary systems.

Threat Warning Services

Early Threat Warning Services within the space environment could include but not limited to Early warning of Missiles, Early warning of uncontrolled re-entry, In-space coll ision avoidance, Fragmentation alerting and monitoring, Space weather notifications and advice etc.

Analytical Services

Services related to analysis of space-related data, or earth-related data derived from space or other means, such as unmanned aerial vehicles.

Communication Services

Communication services for the purposes of transmitting signals between space-to-space, earth-to-space and vice versa, and earth-to-earth via space. This would include but not limited to services which provide broadcasting of video and radio, telecommunications, broadband, cloud connectivity and data transfer.

IT Data Storage and Retrieval Services

Operations and services related to IT data storage and retrieval, including but not limited to cloud services, automated systems and backup services.

Launch Services

Operations and services for the purposes of launching a spacecraft or satellite into space or orbit. This includes but not limited to the provision of launch vehicles, rockets, spacecraft buses, launch design, intergration and planning, mission support, specialist ground infrastructure, such as launch pads, runways, gantries, silos, bunds, storage facilities, construction, transportation and launch/landing control facilities, etc.

System Integration Services

Services related to integration and testing of space and ground architecture, using live assets and representative simulators, stimulators and other test equipment.

In-Orbit Servicing and Manufacturing Services

Operations and services including but not limited to the testing and development of space technologies suitable for in-orbit servicing, assembly and manufacturing. In-Orbit Servicing can involve refuelling, repair and orbit adjustment . In-orbit manufacturing involves creating materials, components or infrastructure in space.

Innovative Services

Services relating to the emergence of innovative research, products, services and technologies that have relevant and practical applications in the space sector, harnessing opportunities to expand understanding of Space and the Cosmo, and helping to address pressing challenges in the Space environment as well as gaining greater awareness of impacts to the Earth via Space-related galvanising the development of materials and technologies aimed at improving life both in Space and on Earth.

Orbital Assets Disposal Services

Services to assist in the prevention of space debris as well as enabling orbital clearing of debris, obsolete satellites and spacecraft including Satellite decommissioning etc.

Ground Assets Decommissioning and Disposal

Services for the shutdown, removal and disposal of equipment and material in ground assets, including but not limited to logistics, recycling and the restoration of the site.

Space Domain Awareness Services

Operations and services to provide quality analytical information in understanding the space environment to help mitigate space effects. This includes but not limited to conjunction analysis used to detect possible collisions, orbital awareness, cataloguing objects, space weather forecasting, jamming, behavioural traits, as well as those elements equated with Situational Awareness.

Geographic Information Systems (GIS) and Geospatial Data Services

Geographic Information Systems (GIS) integrating various types of geospatial data using platform and API technology for mapping and spatial analysis.

Web Services and Application Programming Interface (API)

Web Services and Application Programming Interface (API) technologies that facilitate the transfer and collation of data between seperate applications. Enabling users to access, visualise, and analyse data, including geospatial data, through interactive software based services.

Data analytics including Artificial Intelligence (AI)

Data analytics and artificial intelligence (AI) tooling providing artificial AI powered software and platforms to analyse any dataset, extracting insights and patterns that can be used for informed decision-making. These services often include features like automated data cleaning, machine learning models, predictive analytics, natural language processing (NLP) and data visualisation tools to simplify complex data analysis processes. Data analytics including AI enabled analytics and AI tooling.

Aerial Photography Services

The acquisition, processing, and provision of orthorectified aerial photography and height data across Great Britain. This data is used by public sector organisations for mapping, environmental monitoring, infrastructure planning, and emergency response. Imagery may be real-time or historic.

Unmanned Autonomous Vehicles (UxVs) - Inspection Services

The use of Unmanned Autonomous Vehicles (UxVs) to inspect and survey infrastructure, buildings, and other assets.

Unmanned Autonomous Vehicles (UxVs) - Surveying Services

The use of Unmanned Autonomous Vehicles (UxVs) to map and measure areas, for mapping, monitoring and analysis.

Unmanned Autonomous Vehicles (UxVs) - Response Services

The use of Unmanned Autonomous Vehicles (UxVs) to help with emergency response.

Unmanned Autonomous Vehicles (UxVs) - Technical Support Services

The maintenance, repair, and certification of Unmanned Autonomous Vehicles (UxVs). Additionally includes remote technical support and fault diagnostics; fleet management; and UxV platform configuration and testing.

Other Unmanned Autonomous Vehicles (UxVs) Services

Other operations and services relating to Unmanned Autonomous Vehicles (UxVs) not covered elsewhere. Including but not limited to, the use, security and detection of UxVs.

PNT Situational Awareness Data Services

All data services for the purposes of Position, Navigation and Timing (PNT) Situational Awareness. Space Situational Awareness (SSA) is the ability to track and monitor objects in space and predict their future behaviour and location. This includes data processing, data analysis and situational awareness tools.

Trials support and Acceptance Testing

All trials support and acceptance testing for the purposes of testing a product or system. Trials and acceptance testing are used to ensure the quality and functionality of a product or system and verify that the performance objectives have been met. This would include test development, modelling and simulation as well as live testing and evaluation.

HAE Security approval and Certification

All aspects of the Host Application Equipment (HAE) security accreditation process using guidance documentation provided by the US authorities to enable statements to be made regarding classification of the equipment, resulting in HAE Level 2 certification. (As per GUE-PRD-772)

SRD Requirements authoring

Requirements relating to software development, creation and maintenance, including user requirements, system requirements and functional requirements, together with non-functional requirements such as security, and system design detail. Software requirements can be referred to as a Software Requirements Specification (SRS).

PNT Demilitarisation Services

All services for the purpose of the demilitarization and disposal of unneeded or unrepairable GNSS Encrypted Signal Receivers and the Security devices integrated into them, in accordance with guidance documentation provided by the US authorities. (As per PCU-PRD-771)

SATCOM - Space Segment Services

All elements of operations and services related to Satellite Communication (SATCOM) Space Segments. This includes use of spacecraft payloads, use of individual channels, transponders, or use of components and individual services on the spacecraft, such as antenna, software, data download, storage and analysis services.

SATCOM - Link Segment Services

All elements of Operations and Services related to Satellite Communication (SATCOM) Link Segments. This includes use of modems, waveforms, power, gain, antenna, and technology applicable to the link segment.

SATCOM - Ground Segment Services

All elements of operations and services related to Satellite Communication (SATCOM) Ground Segments. This includes use of ground segment networks, use of individual ground segment or use of components and individual services such as antenna and buildings, software, data download, storage and analysis services.

SATCOM - User Terminal Services

All elements of operations and services related to Satellite Communication (SATCOM) User Terminals for all types of terminals, fixed or portable, including Very Small Aperture Terminal (VSAT) and Broadband Global Area Network (BGAN). This includes services related to operating permissions and testing of user terminals.

SATCOM - Management Services

All elements of operations and services related to Satellite Communication (SATCOM) Management. This includes use of the management of SATCOM services, networks, hardware, and software.

SATCOM - Integration Services

All elements of Operations and Services related to Satellite Communication (SATCOM) Integration. This includes use of SATCOM services, spacecraft, networks, ground architecture, and expertise.

SATCOM - Launch Licensing Services

All services relating to licences under the Space Industry Act 2018 for the purposes of Satellite launch, such as Launch and return licence and Orbital operator licence. This includes the whole lifecycle of the licence from pre-licence planning and licence application to renewal and ongoing maintenance of an existing licence. These services include support with meeting the regulatory requirements for the licence, licence application, support with responses to the regulator and support with licencing issues.

SATCOM - Security Services

All operations and services related to Satellite Communication (SATCOM) Security Services. This includes the security of SATCOM services, networks, hardware, and software.

Electro-Optical and Video

Earth Imagery, captured from space, in optical and UV parts of the spectrum.

Synthetic Aperture Radar (SAR)

Earth Imagery, actively captured from remote platforms (planes, drones or space), in the microwave part of the spectrum, including 3D and all weather imaging.

Hyperspectral Imaging (HSI)

Earth Imagery, captured from space, across multiple regions of the spectrum, including data showing temporal changes and also land usage

Thermal Infrared (IR) Sensing

Earth Imagery, captured from space, in in the infra-red part of the spectrum

Radio Frequency (RF) Sensing

Data, passively captured from space, in the RF and microwave part of the spectrum, not necessarily of an imaging nature and including any processing of that data such as emitter classification, identification, geo-location, network analysis and communication interception

Elevation Data including Light Detection and Ranging (LiDAR)

Elevation Data including Light Detection and Ranging (LiDAR) Data related to physical elevation and relief.

Earth atmosphere and weather data

Data related to the Earth's atmosphere and associated factors, including winds, cloud cover, humidity, temperatures, pollution, rainfall.

Other Earth-related Data

Other data related to the Earth or its atmosphere and not covered elsewhere

Ionospheric, solar and space-weather/environmental-related data

Data related to the space environment including solar weather, solar and background radiation levels, magnetic field or gravitational field data

Space Track Data

Data related to the tracks of objects in space within the solar system. This includes objects human in origin and also natural objects

Space Object Data

Data related to the nature and history of objects in space including orientation, stability/tumble, status and activities and official records

Other Space-related Data

Other data related to Space, Space Domain Awareness or connected with operations in space, not covered elsewhere

Population Movement Data (PMD)

Data products and services relating to Population Movement Data (PMD). This is sometimes called geographic mobility data. PMD refers to information locating the movements of people between areas. This may include aggregated and anonymised counts of people, origins and destinations between areas or specific locations, and other associated derived metrics such as travel mode. PMD is collected by various forms of devices, chips and their associated software and look-ups, rather than survey or administrative sources. This may include mobile phones, wearable devices, payment card transactions, or smart sensors.

Aerial Photography

Real time and historic aerial imagery/photograph datasets and analysis of the Earth's surface, including offshore, taken from an aircraft, satellite, or other remote platform. Sometimes referred to as air or airbourne photography. For example, aerial imagery datasets allowing analysis of current and past land-use changes, infrastructure development, pollution and environmental mapping and transformations

Other Geospatial related data

Other geospatial data products, analysis and value-add services/applications, processing and analysis of Earth imagery to generate defined insights, specific to customer requirements. For example, topographic, address, vector, raster, networks and associated analysis / insight

Training

Training and development, including but not limited to the design and development of future courses or the delivery of training programmes furthering knowledge and capability in a space-related and geospatial environment

Security

All security services, including but not limited to risk assessment, governance, compliance and certification as well as cyber security and the development and implementation of secure systems

Safety

All safety services, including but not limited to risk and safety management, safety assurance and certification, safety advice for all stages of system development, and construction in a space-related and geospatial environment

Architecture, Design and Specification inc. Requirements Elicitation

Capability and expertise in the field of Space-related and geospatial architecture and design, as well as requirements elicitation, which practices include interviews, questionnaires, user observation, workshops, brainstorming, use cases, role playing and prototyping

Environmental

Expert and professional services, such as but not limited to Environmental Risk and Impact Assessments, Strategy development, and Sustainability design, planning and compliance.

Academic Research, inc Astronomy, Cosmology

The application and use of academic study, resource and access to specialist knowledge and capability for enhanced understanding in the realm of Space-related and geospatial endeavours

Independent Testing/Evaluation/Validation/Verification and Trials Support

Capability and expertise in the field of testing, evaluation, validation, verification and trials support, including access to specialist controlled environments for the purpose of independent evaluation, modelling and concept development throughout the product's lifecycle

Geodesy

Capability and expertise in the field of Geodesy, including but not limited to professional advice to review, evaluate proposals, undertake geodetic computations and/or develop reports or undertake studies on Earth's Orientation, Positioning, Gravity Field, Objects Orientation in space etc.

Concepts

A concept paper sets out and explains what a proposed study is about, why it is being undertaken and how the study will be carried out. It provides scrutiny of an idea and an overview of the project the researcher wants to embark on. It may also provide benefit assessment and business case support and development.

Doctrines

A Doctrine paper outlines the legal resource methodology in space legislation (also called black letter).

Regulatory, Law, Licensing

Expert and professional services, such as but not limited to compliance with legal and regulatory requirements, interpreting legislation, offering advice on best practices, assisting with the preparation and submission of necessary applications or documentation.

System Integration

Expert and professional services providing guidance and support to organisations seeking to connect various systems, applications, and technologies to work together seamlessly. This service encompasses assessing current system architectures, identifying integration needs, providing strategic recommendations, and helping to implement solutions that enhance interoperability and data exchange.

Project Management, Maintenance, Engineering and Operations Support

Expert and professional services for maintenance, engineering, and operations support.

Unmanned Autonomous Vehicles (UxVs) - Engineering Support

Expert and professional services providing engineering support for Unmanned Autonomous Vehicles (UxVs). Involves specialised consultation and technical expertise such as but not limited to enhancing the design, development, and operational efficiency of UxV systems.

Unmanned Autonomous Vehicles (UxVs) - Safety

Expert and professional services for safety for Unmanned Autonomous Vehicles (UxVs). Such as but not limited to the safe operation and management of UxV operations, development and implementation of safety protocols, risk assessment methodologies, and regulatory compliance strategies specific to UxVs and their usage

Unmanned Autonomous Vehicles (UxVs) - Regulatory, Law, Licensing

Expert and professional services on regulatory, licensing, and law for Unmanned Autonomous Vehicles (UxVs). Such as but not limited to informing clients about current laws, regulations, and industry standards governing the use of UxVs, for example, airspace management, operational limitations, and safety requirements.

Unmanned Autonomous Vehicles (UxVs) - Independent Testing/Evaluation/Validation/Verification and Trials Support

Expert and professional services for testing and trials of Unmanned Autonomous Vehicles (UxVs) provide comprehensive support to organisations seeking to validate the performance and safety of their UxV systems. These services encompass but are not linited to expert consultation on the development of testing methodologies, including the design and execution of trials, data collection protocols, and performance assessments

Unmanned Autonomous Vehicles (UxVs) - Environmental

Expert and professional services for the environmental and sustainability aspects of Unmanned Autonomous Vehicles (UxVs) provide organisations with expert guidance on minimising the ecological impact of UxV operations while promoting sustainable practices. These services encompass but are not linited to the assessment of environmental effects related to UxV deployment, such as noise pollution, emissions, and potential wildlife disturbances.

SATCOM - Training

All advisory, consultancy, and academia related to Satellite Communication (SATCOM) Training. This includes training of SATCOM services, networks, terminals, hardware, and software

SATCOM - Safety

All advisory, consultancy, and academia related to Satellite Communication (SATCOM) Safety. This includes safety of SATCOM services, networks, terminals, hardware, and software

SATCOM - Independent Testing/Evaluation/Validation/ Verification and Trials Support

All advisory, consultancy, and academia related to Satellite Communication (SATCOM) independent testing, evaluation, validation, verification, and trail support. This includes support of SATCOM services, networks, terminals, hardware, and software.

SATCOM - Environmental

All advisory, consultancy, and academia related to Satellite Communication (SATCOM) environmental support. This includes all aspects of environmental services, such as risk and impact assessments, strategy, and sustainability and compliance within SATCOM

SATCOM - Situational Awareness

All equipment, technology and services related to SATCOM Situational Awareness. Situational Awareness is the ability to monitor conditions, such as where objects are in apace and predict future hazards. This includes detection, tracking and cataloguing of space objects, Space Weather, as well as situational analysis and warnings.

SATCOM - Engineering Support

All engineering support related to SATCOM. This includes satellite command and control, flight dynamics, mission control maintenance, ground segment, networks, software, and general engineering services.

SATCOM - Academic Research, including Market Assessment Studies

The application and use of academic study, resource and access to specialist knowledge and capability for the enhanced understanding in the realm of SATCOM related endeavours.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0510f8
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/071821-2025
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK15 - Dynamic Market Modification Notice
Procurement Type
Dynamic
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Dynamic market
Tender Suitability
SME, VCSE
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

30 - Office and computing machinery, equipment and supplies except furniture and software packages

31 - Electrical machinery, apparatus, equipment and consumables; lighting

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

34 - Transport equipment and auxiliary products to transportation

35 - Security, fire-fighting, police and defence equipment

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

39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

42 - Industrial machinery

45 - Construction work

48 - Software package and information systems

50 - Repair and maintenance services

60 - Transport services (excl. Waste transport)

64 - Postal and telecommunications services

71 - Architectural, construction, engineering and inspection services

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

73 - Research and development services and related consultancy services

75 - Administration, defence and social security services

79 - Business services: law, marketing, consulting, recruitment, printing and security

80 - Education and training services

90 - Sewage, refuse, cleaning and environmental services

92 - Recreational, cultural and sporting services

98 - Other community, social and personal services


CPV Codes

30200000 - Computer equipment and supplies

31000000 - Electrical machinery, apparatus, equipment and consumables; lighting

32000000 - Radio, television, communication, telecommunication and related equipment

32530000 - Satellite-related communications equipment

32584000 - Data-bearing media

34000000 - Transport equipment and auxiliary products to transportation

34114000 - Specialist vehicles

34150000 - Simulators

34700000 - Aircraft and spacecraft

34712000 - Spacecraft, satellites and launch vehicles

34740000 - Aircraft or spacecraft equipment, trainers, simulators and associated parts

34933000 - Navigation equipment

35000000 - Security, fire-fighting, police and defence equipment

35100000 - Emergency and security equipment

35125100 - Sensors

35125200 - Time control system or working time recorder

35400000 - Military vehicles and associated parts

35512400 - Unmanned underwater vehicles

35613000 - Unmanned aerial vehicles

35630000 - Military spacecrafts

35710000 - Command, control, communication and computer systems

38000000 - Laboratory, optical and precision equipments (excl. glasses)

38221000 - Geographic information systems (GIS or equivalent)

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

38970000 - Research, testing and scientific technical simulator

39254100 - Clocks

42900000 - Miscellaneous general and special-purpose machinery

45000000 - Construction work

45223400 - Radar station construction work

48000000 - Software package and information systems

48613000 - Electronic data management (EDM)

48614000 - Data-acquisition system

50000000 - Repair and maintenance services

50332000 - Telecommunications-infrastructure maintenance services

50650000 - Repair and maintenance services of military aircrafts, missiles and spacecrafts

60500000 - Space transport services

60510000 - Satellite launch services

64200000 - Telecommunications services

64214100 - Satellite circuit rental services

71000000 - Architectural, construction, engineering and inspection services

71351000 - Geological, geophysical and other scientific prospecting services

71352120 - Seismic data acquisition services

71352130 - Seismic data collection services

72000000 - IT services: consulting, software development, Internet and support

72212931 - Training software development services

72260000 - Software-related services

72300000 - Data services

73000000 - Research and development services and related consultancy services

75000000 - Administration, defence and social security services

75220000 - Defence services

79000000 - Business services: law, marketing, consulting, recruitment, printing and security

79710000 - Security services

79961200 - Aerial photography services

80500000 - Training services

80550000 - Safety training services

80600000 - Training services in defence and security materials

90700000 - Environmental services

92312212 - Services related to the preparation of training manuals

98113100 - Nuclear safety services

98391000 - Decommissioning services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Nov 2025Yesterday
Submission Deadline
30 Jul 20316 years to go
Future Notice Date
Not specified
Award Date
6 Nov 2025Yesterday
Contract Period
8 Jul 2025 - 8 Jul 2031 Over 5 years
Recurrence
Not specified

Notice Status

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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
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

Supplier Information

Number of Suppliers
51
Supplier Names

ACTICA CONSULTING

AKKODIS

ALLAN WEBB

AMETHYST RISK MANAGEMENT

APACHE IX

APPLIED DATA SCIENCE PARTNERS

APPLIED SATELLITE TECHNOLOGY

ARGUILE SEARCH

AWTG

BARINGA PARTNERS

BIGBYTE DIGITAL

BMT

BRAMFITT TECHNOLOGY LABS

CEGEKA

CGI IT

CLOUDSCALER

DAC BEACHCROFT

ENTSERV

ENVITIA

GLOBAL RADIODATA COMMUNICATIONS

GOACO GROUP

HELYX SECURE INFORMATION SYSTEMS

HUGHES NETWORK SYSTEMS

IBM UNITED KINGDOM

INFORMED SOLUTIONS

INZPIRE

MONTVIEUX

NATS (SERVICES

NOVA AEROSPACE

NS OPTIMUM

NSSLGLOBAL

OXIDIAN

RAYTHEON SYSTEMS

RC FORNAX

REAL WIRELESS

SATELLITE APPLICATIONS CATAPULT

SCAN ASSOCIATES

SERCO

SKYRORA

SPECTRA GROUP (UK

SQUARCLE CONSULTING

TELESPAZIO

THE PUBLIC SERVICE CONSULTANTS

TMC3

TTP

URBAN FORESIGHT

VANTAGEUAV

VE3 GLOBAL

VODAFONE

WINCKWORTH SHERWOOD

ZIRCON SOFTWARE

Further Information

Notice Documents

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-0510f8-2025-11-06T23:30:20Z",
    "date": "2025-11-06T23:30:20Z",
    "ocid": "ocds-h6vhtk-0510f8",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "020500-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/020500-2025",
                "datePublished": "2025-05-12T14:06:07+01:00",
                "format": "text/html"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PBZB-4962-TVLR",
            "name": "Crown Commercial Service",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBZB-4962-TVLR"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "postalCode": "L3 9PP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD72"
            },
            "contactPoint": {
                "email": "supplier@crowncommercial.gov.uk",
                "telephone": "+44 3454102222"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/ccs",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-12527609",
            "name": "SQUARCLE CONSULTING LTD",
            "identifier": {
                "scheme": "GB-COH",
                "id": "12527609"
            },
            "address": {
                "streetAddress": "Unit G01, 30 Queen Charlotte Street",
                "locality": "Bristol",
                "postalCode": "BS1 4HJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK11"
            },
            "contactPoint": {
                "email": "Sales@squarcle.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.squarcle.co.uk",
                "scale": "sme",
                "vcse": false
            }
        },
        {
            "id": "GB-COH-10155969",
            "name": "Scan Associates Ltd",
            "identifier": {
                "scheme": "GB-COH",
                "id": "10155969"
            },
            "address": {
                "streetAddress": "3rd Floor Crown House, 151 High Road",
                "locality": "Loughton",
                "postalCode": "IG10 4LG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH35"
            },
            "contactPoint": {
                "email": "info@scanassociates.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.scanassociates.co.uk",
                "scale": "sme",
                "vcse": false
            }
        },
        {
            "id": "GB-PPON-PHXC-9589-NVNT",
            "name": "APPLIED SATELLITE TECHNOLOGY LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHXC-9589-NVNT"
            },
            "address": {
                "streetAddress": "Satellite House, Bessemer Way",
                "locality": "Great Yarmouth",
                "postalCode": "NR31 0LX",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH15"
            },
            "contactPoint": {
                "email": "daniel.housego-watts@ast-networks.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PBCH-8892-NJGT",
            "name": "BARINGA PARTNERS LLP",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBCH-8892-NJGT"
            },
            "address": {
                "streetAddress": "62 Buckingham Gate",
                "locality": "London",
                "postalCode": "SW1E 6AJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "tenders@baringa.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PCLP-4654-GZJZ",
            "name": "BIGBYTE DIGITAL LTD",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PCLP-4654-GZJZ"
            },
            "address": {
                "streetAddress": "DiSH, 47 Lloyd St",
                "locality": "Manchester",
                "postalCode": "M2 5LE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD33"
            },
            "contactPoint": {
                "email": "bids@bigbyte.digital"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PZHL-3997-DVLG",
            "name": "TMC3 LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PZHL-3997-DVLG"
            },
            "address": {
                "streetAddress": "81-83a Allerton Road",
                "locality": "Liverpool",
                "postalCode": "L18 2DA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD72"
            },
            "contactPoint": {
                "email": "frameworks@tmc3.co.uk"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PXDH-7267-YHNX",
            "name": "VE3 GLOBAL LTD",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXDH-7267-YHNX"
            },
            "address": {
                "streetAddress": "86-90 Paul Street",
                "locality": "London",
                "postalCode": "EC2A 4NE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI41"
            },
            "contactPoint": {
                "email": "prime@ve3.global"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PJTJ-7546-MVYQ",
            "name": "MONTVIEUX LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PJTJ-7546-MVYQ"
            },
            "address": {
                "streetAddress": "Monahans Chartered Accountants, Lennox House, 3 Pierrepont Street",
                "locality": "Bath",
                "postalCode": "BA1 1LB",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK12"
            },
            "contactPoint": {
                "email": "frameworks@montvieux.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PVJY-5829-PLHJ",
            "name": "RAYTHEON SYSTEMS LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVJY-5829-PLHJ"
            },
            "address": {
                "streetAddress": "Kao One",
                "locality": "Harlow",
                "postalCode": "CM17 9NA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH35"
            },
            "contactPoint": {
                "email": "dan.baker@raytheon.co.uk"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PWBL-8853-WQZL",
            "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PWBL-8853-WQZL"
            },
            "address": {
                "streetAddress": "45 Pall Mall",
                "locality": "London",
                "postalCode": "SW1Y 5JG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "hello@thepsc.co.uk"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PLTQ-2211-NYXT",
            "name": "URBAN FORESIGHT LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLTQ-2211-NYXT"
            },
            "address": {
                "streetAddress": "8 The Crescent",
                "locality": "Newcastle Upon Tyne",
                "postalCode": "NE7 7ST",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKC22"
            },
            "contactPoint": {
                "email": "tenders@urbanforesight.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PBJX-4396-TYMY",
            "name": "ALLAN WEBB LTD",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBJX-4396-TYMY"
            },
            "address": {
                "streetAddress": "Red Lodge, Bonds Mill Estate",
                "locality": "Stonehouse",
                "postalCode": "GL10 3RF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK13"
            },
            "contactPoint": {
                "email": "sales@allanwebb.co.uk"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PMZN-9974-QRMT",
            "name": "DAC BEACHCROFT LLP",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PMZN-9974-QRMT"
            },
            "address": {
                "streetAddress": "25 Walbrook",
                "locality": "London",
                "postalCode": "EC4N 8AF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "contactPoint": {
                "email": "bidteam2@dacbeachcroft.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PNQM-8935-PYGQ",
            "name": "IBM UNITED KINGDOM LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNQM-8935-PYGQ"
            },
            "address": {
                "streetAddress": "Building C, IBM Hursley Office, Hursley Park Road",
                "locality": "Winchester",
                "postalCode": "SO21 2JN",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ36"
            },
            "contactPoint": {
                "email": "ukcat@uk.ibm.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PTRG-7566-VJCX",
            "name": "APPLIED DATA SCIENCE PARTNERS LTD",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PTRG-7566-VJCX"
            },
            "address": {
                "streetAddress": "1 Cornhill",
                "locality": "London",
                "postalCode": "EC3V 3ND",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "contactPoint": {
                "email": "publicsector@adsp.ai"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PBLP-4714-HBJM",
            "name": "ACTICA CONSULTING LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBLP-4714-HBJM"
            },
            "address": {
                "streetAddress": "4 Stirling House",
                "locality": "Guildford",
                "postalCode": "GU2 7RF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ25"
            },
            "contactPoint": {
                "email": "opportunities@actica.co.uk"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PZTM-7319-HQBP",
            "name": "CLOUDSCALER LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PZTM-7319-HQBP"
            },
            "address": {
                "streetAddress": "46-54 High Street",
                "locality": "Ingatestone",
                "postalCode": "CM4 9DW",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH36"
            },
            "contactPoint": {
                "email": "contact@cloudscaler.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PDDY-8841-XLBH",
            "name": "SPECTRA GROUP (UK) LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PDDY-8841-XLBH"
            },
            "address": {
                "streetAddress": "Bridge Court Barn",
                "locality": "Herefordshire",
                "postalCode": "HR2 9ES",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG11"
            },
            "contactPoint": {
                "email": "s.barry@spectra-group.co.uk"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PVBN-9111-RRVJ",
            "name": "VANTAGEUAV LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVBN-9111-RRVJ"
            },
            "address": {
                "streetAddress": "339 Two Mile Hill Road",
                "locality": "Bristol",
                "postalCode": "BS15 1AN",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK11"
            },
            "contactPoint": {
                "email": "info@vantageuav.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PYML-4931-ZRYD",
            "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PYML-4931-ZRYD"
            },
            "address": {
                "streetAddress": "Millennium House, 65 Walton Street",
                "locality": "Aylesbury",
                "postalCode": "HP21 7QG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ13"
            },
            "contactPoint": {
                "email": "enquiries@helyx.co.uk"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PNPG-7838-VNXY",
            "name": "Winckworth Sherwood LLP",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNPG-7838-VNXY"
            },
            "address": {
                "streetAddress": "Arbor House, 255 Blackfriars Road",
                "locality": "London",
                "postalCode": "SE1 9AX",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI44"
            },
            "contactPoint": {
                "email": "tenders@wslaw.co.uk"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PTYN-8621-RWYG",
            "name": "RC FORNAX PLC",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PTYN-8621-RWYG"
            },
            "address": {
                "streetAddress": "220 Aztec West",
                "locality": "Bristol",
                "postalCode": "BS32 4SY",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK12"
            },
            "contactPoint": {
                "email": "alisha.rashid@rcfornax.co.uk"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PXNJ-1182-BDGZ",
            "name": "GOACO GROUP LTD",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXNJ-1182-BDGZ"
            },
            "address": {
                "streetAddress": "Suite 2055, Fleet House Springhead Enterprise Park",
                "locality": "Northfleet",
                "postalCode": "DA11 8HJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ43"
            },
            "contactPoint": {
                "email": "bidteam@goaco.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PPJH-9736-PQMT",
            "name": "APACHE IX LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PPJH-9736-PQMT"
            },
            "address": {
                "streetAddress": "C/O Apache Ix Bristol & Bath Science Park",
                "locality": "Bristol",
                "postalCode": "BS16 7FR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK12"
            },
            "contactPoint": {
                "email": "commercial@apacheix.co.uk"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PRQN-2658-LDRD",
            "name": "AWTG LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PRQN-2658-LDRD"
            },
            "address": {
                "streetAddress": "8 Canham Mews",
                "locality": "London",
                "postalCode": "W3 7SR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI73"
            },
            "contactPoint": {
                "email": "tenderinfo@awtg.co.uk"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PVWN-9291-QCNM",
            "name": "NATS (SERVICES) LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVWN-9291-QCNM"
            },
            "address": {
                "streetAddress": "4000 Parkway",
                "locality": "Fareham",
                "postalCode": "PO15 7FL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ36"
            },
            "contactPoint": {
                "email": "NAU@nats.co.uk"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PJTR-2652-DPCL",
            "name": "INZPIRE LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PJTR-2652-DPCL"
            },
            "address": {
                "streetAddress": "Landmark House West Unit 1b, Alpha Court",
                "locality": "Lincoln",
                "postalCode": "LN6 3TA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF30"
            },
            "contactPoint": {
                "email": "legal-mail@inzpire.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PNQB-3789-LLDX",
            "name": "INFORMED SOLUTIONS LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNQB-3789-LLDX"
            },
            "address": {
                "streetAddress": "The Old Bank, Old Market Place",
                "locality": "Altrincham, Cheshire",
                "postalCode": "WA14 4PA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD34"
            },
            "contactPoint": {
                "email": "opportunities@informed.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PGCJ-9313-QJLY",
            "name": "ENTSERV UK LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PGCJ-9313-QJLY"
            },
            "address": {
                "streetAddress": "110 Pinehurst Road, Farnborough Business Park",
                "locality": "Farnborough",
                "postalCode": "GU14 7BF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ37"
            },
            "contactPoint": {
                "email": "ukitenders@dxc.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PZTY-3523-HQZX",
            "name": "AKKODIS UK LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PZTY-3523-HQZX"
            },
            "address": {
                "streetAddress": "10 Bishops Square",
                "locality": "London",
                "postalCode": "E1 6EG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI42"
            },
            "contactPoint": {
                "email": "uki-bids@akkodis.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PRRL-9192-HWJX",
            "name": "OXIDIAN LTD",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PRRL-9192-HWJX"
            },
            "address": {
                "streetAddress": "7 Bell Yard",
                "locality": "London",
                "postalCode": "WC2A 2JR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "bids@oxidian.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PHYV-4665-PNTX",
            "name": "CGI IT UK LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHYV-4665-PNTX"
            },
            "address": {
                "streetAddress": "14th Floor, 20 Fenchurch Street",
                "locality": "London",
                "postalCode": "EC3M 3BY",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "contactPoint": {
                "email": "uk.gen.ccsframeworks@cgi.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PBPQ-6352-VJPD",
            "name": "SATELLITE APPLICATIONS CATAPULT LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBPQ-6352-VJPD"
            },
            "address": {
                "streetAddress": "Electron Building Fermi Avenue",
                "locality": "Didcot",
                "postalCode": "OX11 0QR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ14"
            },
            "contactPoint": {
                "email": "procurement@sa.catapult.org.uk"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PBCM-7251-THQW",
            "name": "ARGUILE SEARCH LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBCM-7251-THQW"
            },
            "address": {
                "streetAddress": "Unit 6 Bradbury's Court",
                "locality": "Harrow",
                "postalCode": "HA1 2BY",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI74"
            },
            "contactPoint": {
                "email": "info@arguilesearch.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PNCY-8173-VWZZ",
            "name": "BRAMFITT TECHNOLOGY LABS LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNCY-8173-VWZZ"
            },
            "address": {
                "streetAddress": "91a Church Lane",
                "locality": "Upminster",
                "postalCode": "RM14 3TR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH32"
            },
            "contactPoint": {
                "email": "daniel.norman@bramfitt-tech-labs.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PYHJ-3355-TXBH",
            "name": "REAL WIRELESS LTD.",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PYHJ-3355-TXBH"
            },
            "address": {
                "streetAddress": "Unit 3 Newhouse Business Centre Old Crawley Road",
                "locality": "Horsham",
                "postalCode": "RH12 4RU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ28"
            },
            "contactPoint": {
                "email": "bidding@real-wireless.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PBZN-7848-RMXZ",
            "name": "NSSLGLOBAL LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBZN-7848-RMXZ"
            },
            "address": {
                "streetAddress": "6 Wells Place",
                "locality": "Redhill",
                "postalCode": "RH1 3DR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ26"
            },
            "contactPoint": {
                "email": "support@nsslglobal.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PRTG-6215-RYQJ",
            "name": "VODAFONE LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PRTG-6215-RYQJ"
            },
            "address": {
                "streetAddress": "Vodafone House, The Connection",
                "locality": "Newbury",
                "postalCode": "RG14 2FN",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ11"
            },
            "contactPoint": {
                "email": "frameworks_team@vodafone.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PYJC-8282-BWLJ",
            "name": "AMETHYST RISK MANAGEMENT LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PYJC-8282-BWLJ"
            },
            "address": {
                "streetAddress": "Worting House Church Lane",
                "locality": "Basingstoke",
                "postalCode": "RG23 8PX",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ37"
            },
            "contactPoint": {
                "email": "sales@amethystrisk.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PRBP-3253-TLZX",
            "name": "GLOBAL RADIODATA COMMUNICATIONS LTD.",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PRBP-3253-TLZX"
            },
            "address": {
                "streetAddress": "Wyevale Business Park",
                "locality": "Hereford",
                "postalCode": "HR4 7BS",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG11"
            },
            "contactPoint": {
                "email": "info@grcltd.net"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PZVZ-7296-VJDT",
            "name": "SKYRORA LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PZVZ-7296-VJDT"
            },
            "address": {
                "streetAddress": "7 Drum Mains Park",
                "locality": "Glasgow",
                "postalCode": "G68 9LD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKM84"
            },
            "contactPoint": {
                "email": "grants@skyrora.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PNBH-1626-LMWZ",
            "name": "NOVA AEROSPACE LTD",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNBH-1626-LMWZ"
            },
            "address": {
                "streetAddress": "Unit 1, Brabazon Office Park, Golf Course Lane",
                "locality": "Bristol",
                "postalCode": "BS34 7PZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK12"
            },
            "contactPoint": {
                "email": "contact@novasystemsuk.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PNGY-6876-NPML",
            "name": "TTP PLC",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNGY-6876-NPML"
            },
            "address": {
                "streetAddress": "Ttp Campus",
                "locality": "Melbourn",
                "postalCode": "SG8 6HQ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH12"
            },
            "contactPoint": {
                "email": "riya.sharma@ttp.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PMNV-5613-PQMY",
            "name": "SERCO LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PMNV-5613-PQMY"
            },
            "address": {
                "streetAddress": "Serco House, 16 Bartley Wood Business Park, Bartley Way",
                "locality": "Hook, Hampshire",
                "postalCode": "RG27 9UY",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ37"
            },
            "contactPoint": {
                "email": "generalenquiries@serco.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PRWZ-6455-WRLM",
            "name": "CEGEKA UK LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PRWZ-6455-WRLM"
            },
            "address": {
                "streetAddress": "100 Berkshire Place",
                "locality": "Wokingham",
                "postalCode": "RG41 5RD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ11"
            },
            "contactPoint": {
                "email": "info.uk@cegeka.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PVQP-7147-CRHL",
            "name": "TELESPAZIO UK LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVQP-7147-CRHL"
            },
            "address": {
                "streetAddress": "350 Capability Green",
                "locality": "Luton",
                "postalCode": "LU1 3LU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH21"
            },
            "contactPoint": {
                "email": "info_uk@telespazio.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PYBV-3859-TBWY",
            "name": "ENVITIA LTD",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PYBV-3859-TBWY"
            },
            "address": {
                "streetAddress": "North Heath Lane Industrial",
                "locality": "Horsham",
                "postalCode": "RH12 5UX",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ28"
            },
            "contactPoint": {
                "email": "sales@envitia.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PCNN-5784-NXRD",
            "name": "NS OPTIMUM LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PCNN-5784-NXRD"
            },
            "address": {
                "streetAddress": "Number 10 Plato Close",
                "locality": "Warwick",
                "postalCode": "CV34 6WE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG13"
            },
            "contactPoint": {
                "email": "tepas@nsoptimum.co.uk"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PNBG-7446-GZVW",
            "name": "HUGHES NETWORK SYSTEMS LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNBG-7446-GZVW"
            },
            "address": {
                "streetAddress": "Hughes House Rockingham Drive",
                "locality": "Milton Keynes",
                "postalCode": "MK14 6PD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ12"
            },
            "contactPoint": {
                "email": "eudefencegroup@hugheseurope.com"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PWPX-1986-TCYM",
            "name": "ZIRCON SOFTWARE LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PWPX-1986-TCYM"
            },
            "address": {
                "streetAddress": "Bellefield House",
                "locality": "Trowbridge",
                "postalCode": "BA14 7FP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK15"
            },
            "contactPoint": {
                "email": "seb.hinds@zirconsoftware.co.uk"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-PPON-PDBQ-2316-MNPJ",
            "name": "BMT LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PDBQ-2316-MNPJ"
            },
            "address": {
                "streetAddress": "Part Level 5 Zig Zag Building, 70 Victoria Street",
                "locality": "London",
                "postalCode": "SW1E 6SQ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "Bidding.UK-Europe@uk.bmt.org"
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-PPON-PBZB-4962-TVLR",
        "name": "Crown Commercial Service"
    },
    "tender": {
        "id": "RM6370",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Space Technology Solutions",
        "description": "Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Dynamic Market for the provision of Space Technology Solutions to be utilised by Central Government Departments and all other UK Public Sector Bodies (the full list is included below the ' Awarding Contracts' section of this notice). The RM6370 Space Technology Solutions Dynamic Market provides civil and defence related space and geospatial requirements, including related technology, operations, data and advisory solutions (Space Technology Solutions). The Dynamic Market provides a broad scope of goods, works and/or services related to the following deliverables: satellite communications; unmanned autonomous vehicles (UxVs); geospatial and remote sensing; upstream launch services; design and manufacture; space domain awareness; space command and control; rapid deployment capability; research and development; position, navigation and timing; intelligence, surveillance and reconnaissance; sustainability; security, risk and insurance consulting. The range of goods, works and/or services is broad and intended to capture commercially viable products and services which may be 'off the shelf' or bespoke to the buyer requirement. The Dynamic Market is divided into categories, called 'Parts'. Each Part provides specific goods, works and/or services, as detailed in the Part descriptions. The initial duration of the Dynamic Market will be six years with an optional extension of two years. An application to be appointed to the Dynamic Market, in response to this Dynamic Market Notice, can be made at any time before the End Date of the Dynamic Market. An application can be made as a single legal entity or as a special purpose vehicle (SPV). Please note that all members of a consortium (where an SPV has not been formed) wishing to tender for buyer contracts with reference to this Dynamic Market must submit their own separate application for appointment to the Dynamic Market. The Conditions for Membership for this Dynamic Market Space Technology Solutions, RM6370, are detailed in this Dynamic Market Notice. The Dynamic Market Terms of Use as provided by Crown Commercial Service, available in the Information Pack, govern the Supplier's interaction with the Dynamic Market. These Terms are additional to the Supplier's Conditions for Membership which the Supplier must satisfy to become a member of the Dynamic Market. The process followed by buyers to award a contract with reference to this Dynamic Market is governed by section 34 of the Procurement Act 2023. Section 34 allows buyers to award a contract with reference to an 'appropriate dynamic market', provided the competitive flexible procedure is used. An appropriate dynamic market is one which covers the goods, works and/or services that the buyer wishes to purchase. Please note it is the suppliers responsibility to monitor Find a Tender service for any transparency notices published for contracts with reference to this Dynamic Market and respond accordingly. The Dynamic Market Information Pack contains the Terms of Use and instructions on how to submit an application to join the Dynamic Market and is available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34712000",
                        "description": "Spacecraft, satellites and launch vehicles"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "101",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "101"
            },
            {
                "id": "102",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34700000",
                        "description": "Aircraft and spacecraft"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "relatedLot": "102"
            },
            {
                "id": "103",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34700000",
                        "description": "Aircraft and spacecraft"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    }
                ],
                "relatedLot": "103"
            },
            {
                "id": "104",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34000000",
                        "description": "Transport equipment and auxiliary products to transportation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35630000",
                        "description": "Military spacecrafts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    }
                ],
                "relatedLot": "104"
            },
            {
                "id": "105",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223400",
                        "description": "Radar station construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "105"
            },
            {
                "id": "106",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "relatedLot": "106"
            },
            {
                "id": "107",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "107"
            },
            {
                "id": "108",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35710000",
                        "description": "Command, control, communication and computer systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "108"
            },
            {
                "id": "109",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34000000",
                        "description": "Transport equipment and auxiliary products to transportation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    }
                ],
                "relatedLot": "109"
            },
            {
                "id": "110",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34700000",
                        "description": "Aircraft and spacecraft"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223400",
                        "description": "Radar station construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "110"
            },
            {
                "id": "111",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34000000",
                        "description": "Transport equipment and auxiliary products to transportation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223400",
                        "description": "Radar station construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "111"
            },
            {
                "id": "112",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34700000",
                        "description": "Aircraft and spacecraft"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223400",
                        "description": "Radar station construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "relatedLot": "112"
            },
            {
                "id": "113",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34740000",
                        "description": "Aircraft or spacecraft equipment, trainers, simulators and associated parts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38970000",
                        "description": "Research, testing and scientific technical simulator"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "113"
            },
            {
                "id": "114",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34700000",
                        "description": "Aircraft and spacecraft"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "114"
            },
            {
                "id": "115",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34000000",
                        "description": "Transport equipment and auxiliary products to transportation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50650000",
                        "description": "Repair and maintenance services of military aircrafts, missiles and spacecrafts"
                    }
                ],
                "relatedLot": "115"
            },
            {
                "id": "116",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34000000",
                        "description": "Transport equipment and auxiliary products to transportation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    }
                ],
                "relatedLot": "116"
            },
            {
                "id": "117",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34700000",
                        "description": "Aircraft and spacecraft"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223400",
                        "description": "Radar station construction work"
                    }
                ],
                "relatedLot": "117"
            },
            {
                "id": "118",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34000000",
                        "description": "Transport equipment and auxiliary products to transportation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35400000",
                        "description": "Military vehicles and associated parts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35613000",
                        "description": "Unmanned aerial vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35512400",
                        "description": "Unmanned underwater vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    }
                ],
                "relatedLot": "118"
            },
            {
                "id": "119",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34000000",
                        "description": "Transport equipment and auxiliary products to transportation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    }
                ],
                "relatedLot": "119"
            },
            {
                "id": "120",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34000000",
                        "description": "Transport equipment and auxiliary products to transportation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35125100",
                        "description": "Sensors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    }
                ],
                "relatedLot": "120"
            },
            {
                "id": "121",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34000000",
                        "description": "Transport equipment and auxiliary products to transportation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223400",
                        "description": "Radar station construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "121"
            },
            {
                "id": "122",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34000000",
                        "description": "Transport equipment and auxiliary products to transportation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35125100",
                        "description": "Sensors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    }
                ],
                "relatedLot": "122"
            },
            {
                "id": "123",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34000000",
                        "description": "Transport equipment and auxiliary products to transportation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    }
                ],
                "relatedLot": "123"
            },
            {
                "id": "124",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34000000",
                        "description": "Transport equipment and auxiliary products to transportation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35125100",
                        "description": "Sensors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "124"
            },
            {
                "id": "125",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34933000",
                        "description": "Navigation equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35125100",
                        "description": "Sensors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "125"
            },
            {
                "id": "126",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34933000",
                        "description": "Navigation equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35125100",
                        "description": "Sensors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "126"
            },
            {
                "id": "127",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34933000",
                        "description": "Navigation equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "127"
            },
            {
                "id": "128",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34933000",
                        "description": "Navigation equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "128"
            },
            {
                "id": "129",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34933000",
                        "description": "Navigation equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "39254100",
                        "description": "Clocks"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "129"
            },
            {
                "id": "130",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34933000",
                        "description": "Navigation equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35125100",
                        "description": "Sensors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35125200",
                        "description": "Time control system or working time recorder"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "130"
            },
            {
                "id": "131",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34933000",
                        "description": "Navigation equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35125100",
                        "description": "Sensors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "131"
            },
            {
                "id": "132",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34933000",
                        "description": "Navigation equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35125100",
                        "description": "Sensors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "132"
            },
            {
                "id": "133",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34000000",
                        "description": "Transport equipment and auxiliary products to transportation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35125100",
                        "description": "Sensors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "133"
            },
            {
                "id": "134",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    }
                ],
                "relatedLot": "134"
            },
            {
                "id": "135",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    }
                ],
                "relatedLot": "135"
            },
            {
                "id": "136",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    }
                ],
                "relatedLot": "136"
            },
            {
                "id": "137",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34700000",
                        "description": "Aircraft and spacecraft"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "137"
            },
            {
                "id": "138",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34933000",
                        "description": "Navigation equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    }
                ],
                "relatedLot": "138"
            },
            {
                "id": "139",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34000000",
                        "description": "Transport equipment and auxiliary products to transportation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35125100",
                        "description": "Sensors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "139"
            },
            {
                "id": "140",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34000000",
                        "description": "Transport equipment and auxiliary products to transportation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35630000",
                        "description": "Military spacecrafts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    }
                ],
                "relatedLot": "140"
            },
            {
                "id": "141",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34700000",
                        "description": "Aircraft and spacecraft"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35630000",
                        "description": "Military spacecrafts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    }
                ],
                "relatedLot": "141"
            },
            {
                "id": "142",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223400",
                        "description": "Radar station construction work"
                    }
                ],
                "relatedLot": "142"
            },
            {
                "id": "143",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    }
                ],
                "relatedLot": "143"
            },
            {
                "id": "144",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "144"
            },
            {
                "id": "145",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34700000",
                        "description": "Aircraft and spacecraft"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42900000",
                        "description": "Miscellaneous general and special-purpose machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "relatedLot": "145"
            },
            {
                "id": "146",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34000000",
                        "description": "Transport equipment and auxiliary products to transportation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60510000",
                        "description": "Satellite launch services"
                    }
                ],
                "relatedLot": "146"
            },
            {
                "id": "147",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "147"
            },
            {
                "id": "201",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75220000",
                        "description": "Defence services"
                    }
                ],
                "relatedLot": "201"
            },
            {
                "id": "202",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "relatedLot": "202"
            },
            {
                "id": "203",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75000000",
                        "description": "Administration, defence and social security services"
                    }
                ],
                "relatedLot": "203"
            },
            {
                "id": "204",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "relatedLot": "204"
            },
            {
                "id": "205",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32530000",
                        "description": "Satellite-related communications equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75000000",
                        "description": "Administration, defence and social security services"
                    }
                ],
                "relatedLot": "205"
            },
            {
                "id": "206",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75000000",
                        "description": "Administration, defence and social security services"
                    }
                ],
                "relatedLot": "206"
            },
            {
                "id": "207",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75000000",
                        "description": "Administration, defence and social security services"
                    }
                ],
                "relatedLot": "207"
            },
            {
                "id": "208",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75000000",
                        "description": "Administration, defence and social security services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "relatedLot": "208"
            },
            {
                "id": "209",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71351000",
                        "description": "Geological, geophysical and other scientific prospecting services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "relatedLot": "209"
            },
            {
                "id": "210",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50332000",
                        "description": "Telecommunications-infrastructure maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64214100",
                        "description": "Satellite circuit rental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "relatedLot": "210"
            },
            {
                "id": "211",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "relatedLot": "211"
            },
            {
                "id": "212",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34712000",
                        "description": "Spacecraft, satellites and launch vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    }
                ],
                "relatedLot": "212"
            },
            {
                "id": "213",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34740000",
                        "description": "Aircraft or spacecraft equipment, trainers, simulators and associated parts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80500000",
                        "description": "Training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80600000",
                        "description": "Training services in defence and security materials"
                    }
                ],
                "relatedLot": "213"
            },
            {
                "id": "214",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    }
                ],
                "relatedLot": "214"
            },
            {
                "id": "215",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "relatedLot": "215"
            },
            {
                "id": "216",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98391000",
                        "description": "Decommissioning services"
                    }
                ],
                "relatedLot": "216"
            },
            {
                "id": "217",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98391000",
                        "description": "Decommissioning services"
                    }
                ],
                "relatedLot": "217"
            },
            {
                "id": "218",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351000",
                        "description": "Geological, geophysical and other scientific prospecting services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75000000",
                        "description": "Administration, defence and social security services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "relatedLot": "218"
            },
            {
                "id": "219",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71351000",
                        "description": "Geological, geophysical and other scientific prospecting services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "relatedLot": "219"
            },
            {
                "id": "220",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "relatedLot": "220"
            },
            {
                "id": "221",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "relatedLot": "221"
            },
            {
                "id": "222",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79961200",
                        "description": "Aerial photography services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "relatedLot": "222"
            },
            {
                "id": "223",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35613000",
                        "description": "Unmanned aerial vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34114000",
                        "description": "Specialist vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35512400",
                        "description": "Unmanned underwater vehicles"
                    }
                ],
                "relatedLot": "223"
            },
            {
                "id": "224",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35613000",
                        "description": "Unmanned aerial vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34114000",
                        "description": "Specialist vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35512400",
                        "description": "Unmanned underwater vehicles"
                    }
                ],
                "relatedLot": "224"
            },
            {
                "id": "225",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75000000",
                        "description": "Administration, defence and social security services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35100000",
                        "description": "Emergency and security equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35613000",
                        "description": "Unmanned aerial vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34114000",
                        "description": "Specialist vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35512400",
                        "description": "Unmanned underwater vehicles"
                    }
                ],
                "relatedLot": "225"
            },
            {
                "id": "226",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "relatedLot": "226"
            },
            {
                "id": "227",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75220000",
                        "description": "Defence services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80600000",
                        "description": "Training services in defence and security materials"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98113100",
                        "description": "Nuclear safety services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98391000",
                        "description": "Decommissioning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80500000",
                        "description": "Training services"
                    }
                ],
                "relatedLot": "227"
            },
            {
                "id": "228",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "relatedLot": "228"
            },
            {
                "id": "229",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80500000",
                        "description": "Training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80600000",
                        "description": "Training services in defence and security materials"
                    }
                ],
                "relatedLot": "229"
            },
            {
                "id": "230",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75000000",
                        "description": "Administration, defence and social security services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    }
                ],
                "relatedLot": "230"
            },
            {
                "id": "231",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79710000",
                        "description": "Security services"
                    }
                ],
                "relatedLot": "231"
            },
            {
                "id": "232",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79710000",
                        "description": "Security services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98391000",
                        "description": "Decommissioning services"
                    }
                ],
                "relatedLot": "232"
            },
            {
                "id": "233",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64200000",
                        "description": "Telecommunications services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    }
                ],
                "relatedLot": "233"
            },
            {
                "id": "234",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64200000",
                        "description": "Telecommunications services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    }
                ],
                "relatedLot": "234"
            },
            {
                "id": "235",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64200000",
                        "description": "Telecommunications services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    }
                ],
                "relatedLot": "235"
            },
            {
                "id": "236",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64200000",
                        "description": "Telecommunications services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    }
                ],
                "relatedLot": "236"
            },
            {
                "id": "237",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64200000",
                        "description": "Telecommunications services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80500000",
                        "description": "Training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "relatedLot": "237"
            },
            {
                "id": "238",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64200000",
                        "description": "Telecommunications services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    }
                ],
                "relatedLot": "238"
            },
            {
                "id": "239",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64200000",
                        "description": "Telecommunications services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    }
                ],
                "relatedLot": "239"
            },
            {
                "id": "240",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64200000",
                        "description": "Telecommunications services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80600000",
                        "description": "Training services in defence and security materials"
                    }
                ],
                "relatedLot": "240"
            },
            {
                "id": "301",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32584000",
                        "description": "Data-bearing media"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38221000",
                        "description": "Geographic information systems (GIS or equivalent)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38290000",
                        "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48613000",
                        "description": "Electronic data management (EDM)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48614000",
                        "description": "Data-acquisition system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352120",
                        "description": "Seismic data acquisition services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352130",
                        "description": "Seismic data collection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    }
                ],
                "relatedLot": "301"
            },
            {
                "id": "302",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38221000",
                        "description": "Geographic information systems (GIS or equivalent)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38290000",
                        "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48614000",
                        "description": "Data-acquisition system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32584000",
                        "description": "Data-bearing media"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48613000",
                        "description": "Electronic data management (EDM)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352120",
                        "description": "Seismic data acquisition services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352130",
                        "description": "Seismic data collection services"
                    }
                ],
                "relatedLot": "302"
            },
            {
                "id": "303",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38221000",
                        "description": "Geographic information systems (GIS or equivalent)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38290000",
                        "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48614000",
                        "description": "Data-acquisition system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32584000",
                        "description": "Data-bearing media"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48613000",
                        "description": "Electronic data management (EDM)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352120",
                        "description": "Seismic data acquisition services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352130",
                        "description": "Seismic data collection services"
                    }
                ],
                "relatedLot": "303"
            },
            {
                "id": "304",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38221000",
                        "description": "Geographic information systems (GIS or equivalent)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38290000",
                        "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48614000",
                        "description": "Data-acquisition system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32584000",
                        "description": "Data-bearing media"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48613000",
                        "description": "Electronic data management (EDM)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352120",
                        "description": "Seismic data acquisition services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352130",
                        "description": "Seismic data collection services"
                    }
                ],
                "relatedLot": "304"
            },
            {
                "id": "305",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38221000",
                        "description": "Geographic information systems (GIS or equivalent)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38290000",
                        "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48614000",
                        "description": "Data-acquisition system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32584000",
                        "description": "Data-bearing media"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48613000",
                        "description": "Electronic data management (EDM)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352120",
                        "description": "Seismic data acquisition services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352130",
                        "description": "Seismic data collection services"
                    }
                ],
                "relatedLot": "305"
            },
            {
                "id": "306",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38221000",
                        "description": "Geographic information systems (GIS or equivalent)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38290000",
                        "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48614000",
                        "description": "Data-acquisition system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32584000",
                        "description": "Data-bearing media"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48613000",
                        "description": "Electronic data management (EDM)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352120",
                        "description": "Seismic data acquisition services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352130",
                        "description": "Seismic data collection services"
                    }
                ],
                "relatedLot": "306"
            },
            {
                "id": "307",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38221000",
                        "description": "Geographic information systems (GIS or equivalent)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38290000",
                        "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48614000",
                        "description": "Data-acquisition system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32584000",
                        "description": "Data-bearing media"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48613000",
                        "description": "Electronic data management (EDM)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352120",
                        "description": "Seismic data acquisition services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352130",
                        "description": "Seismic data collection services"
                    }
                ],
                "relatedLot": "307"
            },
            {
                "id": "308",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38221000",
                        "description": "Geographic information systems (GIS or equivalent)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38290000",
                        "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48614000",
                        "description": "Data-acquisition system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32584000",
                        "description": "Data-bearing media"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48613000",
                        "description": "Electronic data management (EDM)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352120",
                        "description": "Seismic data acquisition services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352130",
                        "description": "Seismic data collection services"
                    }
                ],
                "relatedLot": "308"
            },
            {
                "id": "309",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38221000",
                        "description": "Geographic information systems (GIS or equivalent)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38290000",
                        "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48614000",
                        "description": "Data-acquisition system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32584000",
                        "description": "Data-bearing media"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48613000",
                        "description": "Electronic data management (EDM)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352120",
                        "description": "Seismic data acquisition services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352130",
                        "description": "Seismic data collection services"
                    }
                ],
                "relatedLot": "309"
            },
            {
                "id": "310",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38221000",
                        "description": "Geographic information systems (GIS or equivalent)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38290000",
                        "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48614000",
                        "description": "Data-acquisition system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32584000",
                        "description": "Data-bearing media"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48613000",
                        "description": "Electronic data management (EDM)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352120",
                        "description": "Seismic data acquisition services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352130",
                        "description": "Seismic data collection services"
                    }
                ],
                "relatedLot": "310"
            },
            {
                "id": "311",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38221000",
                        "description": "Geographic information systems (GIS or equivalent)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38290000",
                        "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48614000",
                        "description": "Data-acquisition system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32584000",
                        "description": "Data-bearing media"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48613000",
                        "description": "Electronic data management (EDM)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352120",
                        "description": "Seismic data acquisition services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352130",
                        "description": "Seismic data collection services"
                    }
                ],
                "relatedLot": "311"
            },
            {
                "id": "312",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38221000",
                        "description": "Geographic information systems (GIS or equivalent)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38290000",
                        "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48614000",
                        "description": "Data-acquisition system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32584000",
                        "description": "Data-bearing media"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48613000",
                        "description": "Electronic data management (EDM)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352120",
                        "description": "Seismic data acquisition services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352130",
                        "description": "Seismic data collection services"
                    }
                ],
                "relatedLot": "312"
            },
            {
                "id": "313",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38221000",
                        "description": "Geographic information systems (GIS or equivalent)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38290000",
                        "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48614000",
                        "description": "Data-acquisition system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32584000",
                        "description": "Data-bearing media"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48613000",
                        "description": "Electronic data management (EDM)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352120",
                        "description": "Seismic data acquisition services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352130",
                        "description": "Seismic data collection services"
                    }
                ],
                "relatedLot": "313"
            },
            {
                "id": "314",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79961200",
                        "description": "Aerial photography services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38221000",
                        "description": "Geographic information systems (GIS or equivalent)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38290000",
                        "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48614000",
                        "description": "Data-acquisition system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32584000",
                        "description": "Data-bearing media"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48613000",
                        "description": "Electronic data management (EDM)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352120",
                        "description": "Seismic data acquisition services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352130",
                        "description": "Seismic data collection services"
                    }
                ],
                "relatedLot": "314"
            },
            {
                "id": "315",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38221000",
                        "description": "Geographic information systems (GIS or equivalent)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38290000",
                        "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48614000",
                        "description": "Data-acquisition system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32584000",
                        "description": "Data-bearing media"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48613000",
                        "description": "Electronic data management (EDM)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352120",
                        "description": "Seismic data acquisition services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352130",
                        "description": "Seismic data collection services"
                    }
                ],
                "relatedLot": "315"
            },
            {
                "id": "401",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34150000",
                        "description": "Simulators"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34700000",
                        "description": "Aircraft and spacecraft"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212931",
                        "description": "Training software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80500000",
                        "description": "Training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80600000",
                        "description": "Training services in defence and security materials"
                    },
                    {
                        "scheme": "CPV",
                        "id": "92312212",
                        "description": "Services related to the preparation of training manuals"
                    }
                ],
                "relatedLot": "401"
            },
            {
                "id": "402",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34700000",
                        "description": "Aircraft and spacecraft"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75000000",
                        "description": "Administration, defence and social security services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    }
                ],
                "relatedLot": "402"
            },
            {
                "id": "403",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34700000",
                        "description": "Aircraft and spacecraft"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80550000",
                        "description": "Safety training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98113100",
                        "description": "Nuclear safety services"
                    }
                ],
                "relatedLot": "403"
            },
            {
                "id": "404",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34700000",
                        "description": "Aircraft and spacecraft"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    }
                ],
                "relatedLot": "404"
            },
            {
                "id": "405",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "relatedLot": "405"
            },
            {
                "id": "406",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34700000",
                        "description": "Aircraft and spacecraft"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    }
                ],
                "relatedLot": "406"
            },
            {
                "id": "407",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34700000",
                        "description": "Aircraft and spacecraft"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    }
                ],
                "relatedLot": "407"
            },
            {
                "id": "408",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34700000",
                        "description": "Aircraft and spacecraft"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    }
                ],
                "relatedLot": "408"
            },
            {
                "id": "409",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34700000",
                        "description": "Aircraft and spacecraft"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75000000",
                        "description": "Administration, defence and social security services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    }
                ],
                "relatedLot": "409"
            },
            {
                "id": "410",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34700000",
                        "description": "Aircraft and spacecraft"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75000000",
                        "description": "Administration, defence and social security services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    }
                ],
                "relatedLot": "410"
            },
            {
                "id": "411",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34700000",
                        "description": "Aircraft and spacecraft"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75000000",
                        "description": "Administration, defence and social security services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    }
                ],
                "relatedLot": "411"
            },
            {
                "id": "412",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34700000",
                        "description": "Aircraft and spacecraft"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    }
                ],
                "relatedLot": "412"
            },
            {
                "id": "413",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34700000",
                        "description": "Aircraft and spacecraft"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    }
                ],
                "relatedLot": "413"
            },
            {
                "id": "414",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35613000",
                        "description": "Unmanned aerial vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    }
                ],
                "relatedLot": "414"
            },
            {
                "id": "415",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35613000",
                        "description": "Unmanned aerial vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80550000",
                        "description": "Safety training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "relatedLot": "415"
            },
            {
                "id": "416",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35613000",
                        "description": "Unmanned aerial vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75000000",
                        "description": "Administration, defence and social security services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    }
                ],
                "relatedLot": "416"
            },
            {
                "id": "417",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35613000",
                        "description": "Unmanned aerial vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    }
                ],
                "relatedLot": "417"
            },
            {
                "id": "418",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35613000",
                        "description": "Unmanned aerial vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "relatedLot": "418"
            },
            {
                "id": "419",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212931",
                        "description": "Training software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80500000",
                        "description": "Training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80600000",
                        "description": "Training services in defence and security materials"
                    },
                    {
                        "scheme": "CPV",
                        "id": "92312212",
                        "description": "Services related to the preparation of training manuals"
                    }
                ],
                "relatedLot": "419"
            },
            {
                "id": "420",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80550000",
                        "description": "Safety training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98113100",
                        "description": "Nuclear safety services"
                    }
                ],
                "relatedLot": "420"
            },
            {
                "id": "421",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    }
                ],
                "relatedLot": "421"
            },
            {
                "id": "422",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "relatedLot": "422"
            },
            {
                "id": "423",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34700000",
                        "description": "Aircraft and spacecraft"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60500000",
                        "description": "Space transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75000000",
                        "description": "Administration, defence and social security services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    }
                ],
                "relatedLot": "423"
            },
            {
                "id": "424",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    }
                ],
                "relatedLot": "424"
            },
            {
                "id": "425",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75000000",
                        "description": "Administration, defence and social security services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    }
                ],
                "relatedLot": "425"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Dynamic market",
        "mainProcurementCategory": "goods",
        "techniques": {
            "hasDynamicPurchasingSystem": true,
            "dynamicPurchasingSystem": {
                "status": "active"
            },
            "frameworkAgreement": {
                "buyerCategories": "Contracting authorities that may use this Dynamic Market refer RM6370 - Space Technology Solutions - Customer list.",
                "period": {
                    "startDate": "2025-07-31T00:00:00+01:00",
                    "endDate": "2031-07-30T23:59:59+01:00"
                },
                "type": "open"
            }
        },
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2025-07-09T00:00:00+01:00",
                    "endDate": "2031-07-08T23:59:59+01:00",
                    "maxExtentDate": "2033-07-08T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "planned"
            },
            {
                "id": "101",
                "title": "Ground Stations",
                "description": "Equipment, technologies and infrastructure relating to ground stations for the purposes of developing and/or maintaining a gateway between the Ground Segment and the Space Segment. Enabling Ground Stations to transmit and receive instructions and data from/to satellites in space and elsewhere in the Ground Segment. This would include but not limited to, technologies to overcome atmospheric or adversarial interference, signal degradation or enable use of higher frequencies. Ground stations are also referred to as Earth stations or Earth terminals.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "102",
                "title": "Cryptographic Technology",
                "description": "Cryptographic equipment and technologies for the purposes of securing information and communications across an entire network of satellites, between satellites, including but not limited to space, ground and link segments. This could include all types of encryption hardware and software.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "103",
                "title": "Satellite Components",
                "description": "All technologies relating to Space Assets. This can include but not limited to systems, subsystems, individual components such as sensors, communications systems, on-board processors, solar cells, transponders, propulsion systems, reactions wheels intended for use in relation to Space technology - whether in satellites or on the ground in test facilities.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "104",
                "title": "Satellites and Spacecraft",
                "description": "Technologies, equipment and components for the complete design and build of Space assets. This could include but not limited to all types of satellites and spacecraft designed to be launched beyond the Earth's atmosphere, such as payloads, spacecraft buses, launch vehicles, and the transportation of satellites to launch providers, etc.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "105",
                "title": "Ground Based Sensors",
                "description": "Systems, equipment and technologies relating to ground-based sensors for the purposes of gathering information about Space and objects in Space. This includes but not limited to telescopes, optical sensors, such as spectrometers and infrared detectors, and sensors which use radio frequency, such as RADAR and LIDAR",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "106",
                "title": "Software including Algorithms, Machine Learning, AI and Licences",
                "description": "All technologies and services related to Software such as Algorithms, Machine Learning, AI, AI Modelling including Software Research, Design or Access to Licences. This includes but not limited to software which uses AI to forecast weather events; Sensor data analysis; Earth Observation analysis; Machine learning analytics used in robotics.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "107",
                "title": "Generic Ground Infrastructure",
                "description": "Generic ground infrastructure, also known as the 'ground segment', enabling support of, and communication between, space elements and the ground. This could include but not limited to Mission Control Centres for monitoring and managing spacecraft, as well as analysing data.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "108",
                "title": "Digital Ground Infrastructure",
                "description": "All infrastructure, hardware and software which enable digital services with the ground segment of a space system. This includes but not limited to computers, servers, wiring and connection points; software such as operating systems and apps; physical and virtual networks, such as local area networks (LANs); and data centres to store, process and distribute data.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "109",
                "title": "Launch Technology and Infrastructure",
                "description": "All equipment, technology and infrastructure related to the launch of objects and spacecraft into orbit and Space. This includes for example but not limited to launch vehicles, rockets, spacecraft buses, launch design, intergration and planning, mission support, specialist ground infrastructure, such as launch pads, runways, gantries, silos, bunds, storage facilities, construction, transportation and launch/landing control facilities, etc.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "110",
                "title": "Space-Based Sensors",
                "description": "All equipment and technologies relating to Space-based sensors that can track, survey objects and provide information on the earth's surface. Space-based sensors could include but not limited those which use radio frequency, including passive RF sensors, RADAR and INSAR; sensors which use the electromagnetic spectrum, such as hyperspectral, near visual and infrared sensors; and radiometric sensors which measure gamma radiation.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "111",
                "title": "Planetary and Lunar Exploration",
                "description": "Technologies relating to the scientific investigation of the planets and other celestial bodies within our solar system.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "112",
                "title": "Space Control",
                "description": "All equipment and technologies relating to the use of defensive and offensive capabilities to assure freedom of action in space, whilst denying adversaries to achieve the same. This includes but not limited to on-orbit, terrestrial and cyber infrastructure resilience, such as systems and activities used to prevent the disruption and degradation of allied assests; destroying or preventing a satellite's operation in orbit. Space Control also encompasses defensive technologies, such as physical hardening of satellites; anti-jamming and cryptographic techniques; and Active Measures, such as sensor reorientation.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "113",
                "title": "Simulators, Stimulators, Test and Training Equipment",
                "description": "All equipment and technologies relating to Simulators, Stimulators, Test and Training Equipment. Including equipment to support end-to-end systems testing and training, including compatibility, integration, interface and mission-readiness testing.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "114",
                "title": "Onboard Hardening, System and Capability Resilience, Adaptability",
                "description": "All technologies, processes and equipment related to ensuring the resilience to hostile environments and effects, whether human or natural in origin, on componentry and materials.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "115",
                "title": "In-Orbit Servicing and Manufacturing",
                "description": "Technology and equipment relating to In-Orbit Servicing and Manufacturing. This can include but not limited to equipment for the testing and development of space technologies suitable for in-orbit servicing, assembly and manufacturing. In-Orbit Servicing can involve refuelling, repair and orbit adjustment. In-orbit manufacturing could involve creating materials, components or infrastructure in space.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "116",
                "title": "Orbital Assets Disposal",
                "description": "Technology and equipment to assist in the prevention of space debris as well as enabling orbital clearing of debris, obsolete satellites and spacecraft, including Satellite decommissioning, etc.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "117",
                "title": "Data Capture Hardware",
                "description": "General geospatial survey sensors and tools used to collect geospatial data accurately and efficiently for a wide range of applications, including localized ground-based sensors (e.g. Imagery, LiDAR and radar sensors).",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "118",
                "title": "Unmanned Autonomous Vehicles (UxVs)",
                "description": "Technology and equipment relating to Unmanned Autonomous Vehicles (UxVs). Autonomous vehicles that operate without a human occupant or pilot on board, encompassing various types classified by their capabilities and features, for example, ground, aerial, maritime surface and underwater vehicles.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "119",
                "title": "Unmanned Autonomous Vehicles (UxVs) - Control Systems",
                "description": "The electronic and electromechanical systems that control Unmanned Autonomous Vehicles (UxVs). They can include remote controllers, command and control systems, and flight control systems.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "120",
                "title": "Unmanned Autonomous Vehicles (UxVs) - Payloads",
                "description": "Technology and equipment that an Unmanned Autonomous Vehicles (UxVs) can carry relating to the provision of additional services such as sensors, thermal infrared sensors, cameras and communication tools.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "121",
                "title": "Unmanned Autonomous Vehicles (UxVs) - Other technology and equipment",
                "description": "Other technology and equipment relating to Unmanned Autonomous Vehicles (UxVs) not covered elsewhere. Including but not limited to, the to the use, security and detection of UxVs.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "122",
                "title": "Image Based Navigation",
                "description": "All equipment and technologies relating to the use of Image-based navigation for the purposes of Position, Navigation and Timing. Image-based Navigation aims at navigating by processing a series of image data. This image data includes data that is both inside and outside of the visual spectrum and may be recorded with passive sensors like digital cameras or active instruments like laser scanners.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "123",
                "title": "Signals of Opportunity Receiver",
                "description": "All equipment and technologies relating to the use of Signals of Opportunity receivers for the purpose of Position Navigation and Timing. Signals of opportunity uses existing infrastructure and harnesses signals, which were not originally designed to determine position or aid navigation, such as radio transmissions from broadcasting towers, Wi-Fi points and signals from broadcast or communications satellites, to establish location. This includes, but not limited to, receivers for satellite signals of opportunity, terrestrial Signals of opportunity, Ultra-wide Band (UWB) and Low Power Wireless (LPW) technologies, VOR/DME (VHF Omnidirectional Range with a Distance Measuring Equipment).",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "124",
                "title": "Inertial Navigation Systems",
                "description": "All equipment and technologies relating to the use of Inertial Navigation Systems (INS) for the purpose of Position and Navigation. An Inertial Navigation System is a unit that uses sensors to continuously calculate by dead reckoning: velocity, orientation and position. This includes sensors such as accelerometers and gyroscopes.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "125",
                "title": "eLORAN",
                "description": "All equipment and technologies relating to the use of Enhanced Longe-Range Navigation (eLORAN) for the purpose of Position, Navigation and Timing. eLORAN is a radio navigation system that can be used to provide 2-dimensional position information and timing. This includes complete systems, and components such as antenna and receivers.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "126",
                "title": "PNT Sensor Processing and Fusion",
                "description": "All equipment and technologies relating to the use of PNT Sensor Processing and Fusion for the purpose of Position, Navigation and Timing (PNT). PNT Sensor Processing Fusion combines data from multiple different PNT sensor sources to provide accurate information on PNT. This includes the Sensor Fusion engines using techniques including, but not limited to, Kalman Filters and Particle Filters.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "127",
                "title": "PNT Effectors",
                "description": "All equipment and technologies used to effect the adversaries Position, Navigation and Timing (PNT). PNT effectors seek to limit adversaries effective use of PNT systems whilst maintaining resilient PNT systems. This includes jamming and spoofing techniques.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "128",
                "title": "PNT Understand",
                "description": "All equipment, technologies and services related to understanding the Position, Navigation and Timing (PNT) environment. PNT Understand is the ability to monitor conditions such as where PNT technologies are being used and predict future hazards. This includes detection, tracking and cataloguing of PNT technologies as well as situational analysis and warnings.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "129",
                "title": "Atomic Clocks",
                "description": "All equipment and technologies relating to atomic clocks and their use in Position, Navigation and Timing (PNT). Atomic Clocks use the resonant frequency of certain atoms to measure time to a high accuracy. This includes all types of clocks, including but not limited to fountain clocks, reference clocks, Chip Scale Atomic Clocks (CSAC) and quantum clocks.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "130",
                "title": "Precision Time Transfer Methods",
                "description": "All equipment, technologies and services related to transfering precise time. Precise Time Transfer is the transmission of time from a reference time source to other clocks in a network so they compute their offset to the reference clocks and adjust accordingly to achieve and maintain network time synchronisation. This includes, but not limited to: TWSTFT (Two Way Satellite Time and Frequency Transfer), Fibre optic cable, PTP (Precise Time Protocol).",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "131",
                "title": "PNT Environmental Sensors",
                "description": "All equipment and technologies relating to the use of PNT Environmental Sensors for the purpose of PNT. PNT Environmental Sensors are sensors that measure environmental data and use it to provide Position, Navigation and Time. This includes but isn't limited to: Bathymetry, Gravimetry, Altimeters, Electromyography, magnetometers.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "132",
                "title": "Celestial Navigation",
                "description": "All equipment and technologies related to Celestial Navigation. Celestial Navigation is the determination of position based on measurements of celestial bodies (e.g. Sun, Stars) relative to the Earth or a known horizon. This includes digital sextants and automated Celestial Navigation.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "133",
                "title": "LEO PNT Receivers",
                "description": "All equipment and technologies related to Low Earth Orbiting (LEO) PNT. LEO PNT provides timing and location data from an orbit about 25 times closer than GNSS, meaning a stronger signal, requiring a dedicated payload to be deployed on a satellite system. This could include products such as: space segments, antenna and receivers.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "134",
                "title": "Mitigation components for GNSS interference",
                "description": "All equipment and technologies relating to the mitigation of GNSS interference. This includes (but not limited to) Control Reception Pattern Array and (CRPA) and anti-spoofing.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "135",
                "title": "GNSS Open Signal Receiver",
                "description": "All equipment relating to the reception of uncoded signals emitted from any Global Navigation Satellite System (GNSS) for the purpose of PNT. This could include products such as: commercially available receivers.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "136",
                "title": "GNSS Encrypted Signal Receiver",
                "description": "All equipment relating to the reception and decoding of encrypted signals emitted from any Global Navigation Satellite System (GNSS) for the purpose of PNT. This could include products containing: Security devices such as Selective Availability Anti Spoofing Module (SAASM) or Military Code (M-Code) Technology which allow access to GPS Protected Positioning Service (PPS) signals.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "137",
                "title": "PNT Sensor system",
                "description": "All equipment and technologies relating to the use of Position, Navigation and Timing (PNT) Sensor system for the purpose of PNT. PNT Sensor Systems are any system that includes multiple technologies, so does not fit into any of the above sub categories and/or multiple technologies from the sub categories above. This includes an EGI, Sensor Fusion System or a GNSS Receiver integrated with a CRPA.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "138",
                "title": "PNT Magnetic Navigation",
                "description": "All equipment and data relevant to the measurement and analysis of magnetic variations which underpin our ability to use the earth magnetic field for navigation above and below ground which complements PNT base services and provides GNSS resilience. This includes all apparatus necessary for observatories which manage high sensitivity instrumentation, that must be maintained in a carefully managed, stable environment, free from anthropogenic interference over long timescales to capture the field to high accuracy and with a wide range in amplitude and period.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "139",
                "title": "PNT Geodesy",
                "description": "All equipment relating to the measurement, storage and analysis relating to Geodesy and the maintenance or enhancement of the International Terrestrial Reference Frame (ITRF). This includes ranging lasers, telescopes and associated components with key techniques being Satellite Laser Ranging, Very Long Baseline Interferometry and Global Navigation Satellite Systems.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "140",
                "title": "SATCOM - Space Segment",
                "description": "All elements of Technology Delivery related to Satellite Communication (SATCOM) Space Segments. This includes advancements to the spacecraft payload, bus, and link segment.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "141",
                "title": "SATCOM - Link Segment",
                "description": "All elements of Technology Delivery related to Satellite Communication (SATCOM) Link Segments. This includes advancements to modems, waveforms, power, gain, antenna, and technology applicable to the link segment",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "142",
                "title": "SATCOM - Ground Segment",
                "description": "All elements of Technology Delivery related to Satellite Communication (SATCOM) Ground Segments. This includes advancements to the ground segment network, grounding stations (teleports), antenna, and link segment.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "143",
                "title": "SATCOM - User Terminal",
                "description": "All elements of Technology Delivery related to Satellite Communication (SATCOM) User Terminals. This includes advancements for all types of terminals, fixed or portable, including Very Small Aperture Terminal (VSAT) and Broadband Global Area Network (BGAN). This also includes services related to the advancement of user terminals.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "144",
                "title": "SATCOM - Management",
                "description": "All elements of Technology Delivery related to Satellite Communication (SATCOM) Management. This includes advancements in the management of SATCOM services, networks, hardware, and software.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "145",
                "title": "SATCOM - Integration",
                "description": "All elements of Technology Delivery related to Satellite Communication (SATCOM) Integration. This includes integration and enhancements if SATCOM services, spacecraft, networks, ground architecture, and expertise.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "146",
                "title": "SATCOM - Launch Licensing",
                "description": "All services relating to the regulatory licences required under the UK Space Industry Act 2018 for satellite launch activities. This may include, but is not limited to: Launch and Return Licence and Orbital Operator Licence. It encompasses the licence itself and the associated regulatory commitments, from initial application through to renewal and ongoing compliance. This includes meeting statutory/regulatory obligations placed on the licence holder and ensuring legal authority for launch, return, and satellite operation activities.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "147",
                "title": "SATCOM - Security",
                "description": "All elements of Technology Delivery related to Satellite Communication (SATCOM) Security Services. This includes advancements in the security of SATCOM services, networks, hardware, and software.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "201",
                "title": "Software Support Services",
                "description": "Software support services are to include but not limited to through-life support, penetration testing, information assurance, Cyber improvement plans, and Cyber Risk Assessments. This may include the need to incorporate effective cyber security practices when building digital services and technical infrastructure.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "202",
                "title": "Payload Hosting Services",
                "description": "Relating to those services which allow payloads, such as instruments or sensors owned or operated by a third party, to maintain orbital capability on a host commercial satellite.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "203",
                "title": "Crypto and Key Management Services",
                "description": "Services for the purposes of securing digital information and communications across the entire satellite system. This includes but not limited to creation of cryptographic keys and management across the lifecycle, i.e. distribution, operational use and destruction.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "204",
                "title": "Data Processing Services",
                "description": "All types of data processing services including but not limited to Validation and Verification - independent procedures that are used together for checking a product, service, or system meets requirements and specifications, and that it fufills its intended purpose; Data Curation - process of creating, organising and maintaining data sets so they can be accessed and used by people looking for information. It could involve collecting, structuring, indexing and catalouging data for users in an organisation, group or the public domain.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "205",
                "title": "Up-Link and Down-Link Services",
                "description": "Services for sending and receiving data between one or more satellites and the ground. This could include but not limited to ground-space linkage and space-space linkage.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "206",
                "title": "Satellite Operation and Support Services",
                "description": "All operations and services related to In-Orbit Operation and Support. This includes but not limited to satellite command and control, flight dynamics, mission control maintenance and engineering services.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "207",
                "title": "Ground Support Services",
                "description": "Operation and maintenace services related to ground infrastructure and equipment, including but not limited to 24/7 support, replenishment, safety testing, through-life support cover, planned and unplanned maintenance, and routine servicing of ground-based sensors and ancillary systems.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "208",
                "title": "Threat Warning Services",
                "description": "Early Threat Warning Services within the space environment could include but not limited to Early warning of Missiles, Early warning of uncontrolled re-entry, In-space coll ision avoidance, Fragmentation alerting and monitoring, Space weather notifications and advice etc.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "209",
                "title": "Analytical Services",
                "description": "Services related to analysis of space-related data, or earth-related data derived from space or other means, such as unmanned aerial vehicles.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "210",
                "title": "Communication Services",
                "description": "Communication services for the purposes of transmitting signals between space-to-space, earth-to-space and vice versa, and earth-to-earth via space. This would include but not limited to services which provide broadcasting of video and radio, telecommunications, broadband, cloud connectivity and data transfer.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "211",
                "title": "IT Data Storage and Retrieval Services",
                "description": "Operations and services related to IT data storage and retrieval, including but not limited to cloud services, automated systems and backup services.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "212",
                "title": "Launch Services",
                "description": "Operations and services for the purposes of launching a spacecraft or satellite into space or orbit. This includes but not limited to the provision of launch vehicles, rockets, spacecraft buses, launch design, intergration and planning, mission support, specialist ground infrastructure, such as launch pads, runways, gantries, silos, bunds, storage facilities, construction, transportation and launch/landing control facilities, etc.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "213",
                "title": "System Integration Services",
                "description": "Services related to integration and testing of space and ground architecture, using live assets and representative simulators, stimulators and other test equipment.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "214",
                "title": "In-Orbit Servicing and Manufacturing Services",
                "description": "Operations and services including but not limited to the testing and development of space technologies suitable for in-orbit servicing, assembly and manufacturing. In-Orbit Servicing can involve refuelling, repair and orbit adjustment . In-orbit manufacturing involves creating materials, components or infrastructure in space.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "215",
                "title": "Innovative Services",
                "description": "Services relating to the emergence of innovative research, products, services and technologies that have relevant and practical applications in the space sector, harnessing opportunities to expand understanding of Space and the Cosmo, and helping to address pressing challenges in the Space environment as well as gaining greater awareness of impacts to the Earth via Space-related galvanising the development of materials and technologies aimed at improving life both in Space and on Earth.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "216",
                "title": "Orbital Assets Disposal Services",
                "description": "Services to assist in the prevention of space debris as well as enabling orbital clearing of debris, obsolete satellites and spacecraft including Satellite decommissioning etc.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "217",
                "title": "Ground Assets Decommissioning and Disposal",
                "description": "Services for the shutdown, removal and disposal of equipment and material in ground assets, including but not limited to logistics, recycling and the restoration of the site.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "218",
                "title": "Space Domain Awareness Services",
                "description": "Operations and services to provide quality analytical information in understanding the space environment to help mitigate space effects. This includes but not limited to conjunction analysis used to detect possible collisions, orbital awareness, cataloguing objects, space weather forecasting, jamming, behavioural traits, as well as those elements equated with Situational Awareness.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "219",
                "title": "Geographic Information Systems (GIS) and Geospatial Data Services",
                "description": "Geographic Information Systems (GIS) integrating various types of geospatial data using platform and API technology for mapping and spatial analysis.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "220",
                "title": "Web Services and Application Programming Interface (API)",
                "description": "Web Services and Application Programming Interface (API) technologies that facilitate the transfer and collation of data between seperate applications. Enabling users to access, visualise, and analyse data, including geospatial data, through interactive software based services.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "221",
                "title": "Data analytics including Artificial Intelligence (AI)",
                "description": "Data analytics and artificial intelligence (AI) tooling providing artificial AI powered software and platforms to analyse any dataset, extracting insights and patterns that can be used for informed decision-making. These services often include features like automated data cleaning, machine learning models, predictive analytics, natural language processing (NLP) and data visualisation tools to simplify complex data analysis processes. Data analytics including AI enabled analytics and AI tooling.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "222",
                "title": "Aerial Photography Services",
                "description": "The acquisition, processing, and provision of orthorectified aerial photography and height data across Great Britain. This data is used by public sector organisations for mapping, environmental monitoring, infrastructure planning, and emergency response. Imagery may be real-time or historic.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "223",
                "title": "Unmanned Autonomous Vehicles (UxVs) - Inspection Services",
                "description": "The use of Unmanned Autonomous Vehicles (UxVs) to inspect and survey infrastructure, buildings, and other assets.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "224",
                "title": "Unmanned Autonomous Vehicles (UxVs) - Surveying Services",
                "description": "The use of Unmanned Autonomous Vehicles (UxVs) to map and measure areas, for mapping, monitoring and analysis.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "225",
                "title": "Unmanned Autonomous Vehicles (UxVs) - Response Services",
                "description": "The use of Unmanned Autonomous Vehicles (UxVs) to help with emergency response.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "226",
                "title": "Unmanned Autonomous Vehicles (UxVs) - Technical Support Services",
                "description": "The maintenance, repair, and certification of Unmanned Autonomous Vehicles (UxVs). Additionally includes remote technical support and fault diagnostics; fleet management; and UxV platform configuration and testing.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "227",
                "title": "Other Unmanned Autonomous Vehicles (UxVs) Services",
                "description": "Other operations and services relating to Unmanned Autonomous Vehicles (UxVs) not covered elsewhere. Including but not limited to, the use, security and detection of UxVs.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "228",
                "title": "PNT Situational Awareness Data Services",
                "description": "All data services for the purposes of Position, Navigation and Timing (PNT) Situational Awareness. Space Situational Awareness (SSA) is the ability to track and monitor objects in space and predict their future behaviour and location. This includes data processing, data analysis and situational awareness tools.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "229",
                "title": "Trials support and Acceptance Testing",
                "description": "All trials support and acceptance testing for the purposes of testing a product or system. Trials and acceptance testing are used to ensure the quality and functionality of a product or system and verify that the performance objectives have been met. This would include test development, modelling and simulation as well as live testing and evaluation.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "230",
                "title": "HAE Security approval and Certification",
                "description": "All aspects of the Host Application Equipment (HAE) security accreditation process using guidance documentation provided by the US authorities to enable statements to be made regarding classification of the equipment, resulting in HAE Level 2 certification. (As per GUE-PRD-772)",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "231",
                "title": "SRD Requirements authoring",
                "description": "Requirements relating to software development, creation and maintenance, including user requirements, system requirements and functional requirements, together with non-functional requirements such as security, and system design detail. Software requirements can be referred to as a Software Requirements Specification (SRS).",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "232",
                "title": "PNT Demilitarisation Services",
                "description": "All services for the purpose of the demilitarization and disposal of unneeded or unrepairable GNSS Encrypted Signal Receivers and the Security devices integrated into them, in accordance with guidance documentation provided by the US authorities. (As per PCU-PRD-771)",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "233",
                "title": "SATCOM - Space Segment Services",
                "description": "All elements of operations and services related to Satellite Communication (SATCOM) Space Segments. This includes use of spacecraft payloads, use of individual channels, transponders, or use of components and individual services on the spacecraft, such as antenna, software, data download, storage and analysis services.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "234",
                "title": "SATCOM - Link Segment Services",
                "description": "All elements of Operations and Services related to Satellite Communication (SATCOM) Link Segments. This includes use of modems, waveforms, power, gain, antenna, and technology applicable to the link segment.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "235",
                "title": "SATCOM - Ground Segment Services",
                "description": "All elements of operations and services related to Satellite Communication (SATCOM) Ground Segments. This includes use of ground segment networks, use of individual ground segment or use of components and individual services such as antenna and buildings, software, data download, storage and analysis services.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "236",
                "title": "SATCOM - User Terminal Services",
                "description": "All elements of operations and services related to Satellite Communication (SATCOM) User Terminals for all types of terminals, fixed or portable, including Very Small Aperture Terminal (VSAT) and Broadband Global Area Network (BGAN). This includes services related to operating permissions and testing of user terminals.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "237",
                "title": "SATCOM - Management Services",
                "description": "All elements of operations and services related to Satellite Communication (SATCOM) Management. This includes use of the management of SATCOM services, networks, hardware, and software.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "238",
                "title": "SATCOM - Integration Services",
                "description": "All elements of Operations and Services related to Satellite Communication (SATCOM) Integration. This includes use of SATCOM services, spacecraft, networks, ground architecture, and expertise.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "239",
                "title": "SATCOM - Launch Licensing Services",
                "description": "All services relating to licences under the Space Industry Act 2018 for the purposes of Satellite launch, such as Launch and return licence and Orbital operator licence. This includes the whole lifecycle of the licence from pre-licence planning and licence application to renewal and ongoing maintenance of an existing licence. These services include support with meeting the regulatory requirements for the licence, licence application, support with responses to the regulator and support with licencing issues.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "240",
                "title": "SATCOM - Security Services",
                "description": "All operations and services related to Satellite Communication (SATCOM) Security Services. This includes the security of SATCOM services, networks, hardware, and software.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "301",
                "title": "Electro-Optical and Video",
                "description": "Earth Imagery, captured from space, in optical and UV parts of the spectrum.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "302",
                "title": "Synthetic Aperture Radar (SAR)",
                "description": "Earth Imagery, actively captured from remote platforms (planes, drones or space), in the microwave part of the spectrum, including 3D and all weather imaging.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "303",
                "title": "Hyperspectral Imaging (HSI)",
                "description": "Earth Imagery, captured from space, across multiple regions of the spectrum, including data showing temporal changes and also land usage",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "304",
                "title": "Thermal Infrared (IR) Sensing",
                "description": "Earth Imagery, captured from space, in in the infra-red part of the spectrum",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "305",
                "title": "Radio Frequency (RF) Sensing",
                "description": "Data, passively captured from space, in the RF and microwave part of the spectrum, not necessarily of an imaging nature and including any processing of that data such as emitter classification, identification, geo-location, network analysis and communication interception",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "306",
                "title": "Elevation Data including Light Detection and Ranging (LiDAR)",
                "description": "Elevation Data including Light Detection and Ranging (LiDAR) Data related to physical elevation and relief.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "307",
                "title": "Earth atmosphere and weather data",
                "description": "Data related to the Earth's atmosphere and associated factors, including winds, cloud cover, humidity, temperatures, pollution, rainfall.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "308",
                "title": "Other Earth-related Data",
                "description": "Other data related to the Earth or its atmosphere and not covered elsewhere",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "309",
                "title": "Ionospheric, solar and space-weather/environmental-related data",
                "description": "Data related to the space environment including solar weather, solar and background radiation levels, magnetic field or gravitational field data",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "310",
                "title": "Space Track Data",
                "description": "Data related to the tracks of objects in space within the solar system. This includes objects human in origin and also natural objects",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "311",
                "title": "Space Object Data",
                "description": "Data related to the nature and history of objects in space including orientation, stability/tumble, status and activities and official records",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "312",
                "title": "Other Space-related Data",
                "description": "Other data related to Space, Space Domain Awareness or connected with operations in space, not covered elsewhere",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "313",
                "title": "Population Movement Data (PMD)",
                "description": "Data products and services relating to Population Movement Data (PMD). This is sometimes called geographic mobility data. PMD refers to information locating the movements of people between areas. This may include aggregated and anonymised counts of people, origins and destinations between areas or specific locations, and other associated derived metrics such as travel mode. PMD is collected by various forms of devices, chips and their associated software and look-ups, rather than survey or administrative sources. This may include mobile phones, wearable devices, payment card transactions, or smart sensors.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "314",
                "title": "Aerial Photography",
                "description": "Real time and historic aerial imagery/photograph datasets and analysis of the Earth's surface, including offshore, taken from an aircraft, satellite, or other remote platform. Sometimes referred to as air or airbourne photography. For example, aerial imagery datasets allowing analysis of current and past land-use changes, infrastructure development, pollution and environmental mapping and transformations",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "315",
                "title": "Other Geospatial related data",
                "description": "Other geospatial data products, analysis and value-add services/applications, processing and analysis of Earth imagery to generate defined insights, specific to customer requirements. For example, topographic, address, vector, raster, networks and associated analysis / insight",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "401",
                "title": "Training",
                "description": "Training and development, including but not limited to the design and development of future courses or the delivery of training programmes furthering knowledge and capability in a space-related and geospatial environment",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "402",
                "title": "Security",
                "description": "All security services, including but not limited to risk assessment, governance, compliance and certification as well as cyber security and the development and implementation of secure systems",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "403",
                "title": "Safety",
                "description": "All safety services, including but not limited to risk and safety management, safety assurance and certification, safety advice for all stages of system development, and construction in a space-related and geospatial environment",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "404",
                "title": "Architecture, Design and Specification inc. Requirements Elicitation",
                "description": "Capability and expertise in the field of Space-related and geospatial architecture and design, as well as requirements elicitation, which practices include interviews, questionnaires, user observation, workshops, brainstorming, use cases, role playing and prototyping",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "405",
                "title": "Environmental",
                "description": "Expert and professional services, such as but not limited to Environmental Risk and Impact Assessments, Strategy development, and Sustainability design, planning and compliance.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "406",
                "title": "Academic Research, inc Astronomy, Cosmology",
                "description": "The application and use of academic study, resource and access to specialist knowledge and capability for enhanced understanding in the realm of Space-related and geospatial endeavours",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "407",
                "title": "Independent Testing/Evaluation/Validation/Verification and Trials Support",
                "description": "Capability and expertise in the field of testing, evaluation, validation, verification and trials support, including access to specialist controlled environments for the purpose of independent evaluation, modelling and concept development throughout the product's lifecycle",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "408",
                "title": "Geodesy",
                "description": "Capability and expertise in the field of Geodesy, including but not limited to professional advice to review, evaluate proposals, undertake geodetic computations and/or develop reports or undertake studies on Earth's Orientation, Positioning, Gravity Field, Objects Orientation in space etc.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "409",
                "title": "Concepts",
                "description": "A concept paper sets out and explains what a proposed study is about, why it is being undertaken and how the study will be carried out. It provides scrutiny of an idea and an overview of the project the researcher wants to embark on. It may also provide benefit assessment and business case support and development.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "410",
                "title": "Doctrines",
                "description": "A Doctrine paper outlines the legal resource methodology in space legislation (also called black letter).",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "411",
                "title": "Regulatory, Law, Licensing",
                "description": "Expert and professional services, such as but not limited to compliance with legal and regulatory requirements, interpreting legislation, offering advice on best practices, assisting with the preparation and submission of necessary applications or documentation.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "412",
                "title": "System Integration",
                "description": "Expert and professional services providing guidance and support to organisations seeking to connect various systems, applications, and technologies to work together seamlessly. This service encompasses assessing current system architectures, identifying integration needs, providing strategic recommendations, and helping to implement solutions that enhance interoperability and data exchange.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "413",
                "title": "Project Management, Maintenance, Engineering and Operations Support",
                "description": "Expert and professional services for maintenance, engineering, and operations support.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "414",
                "title": "Unmanned Autonomous Vehicles (UxVs) - Engineering Support",
                "description": "Expert and professional services providing engineering support for Unmanned Autonomous Vehicles (UxVs). Involves specialised consultation and technical expertise such as but not limited to enhancing the design, development, and operational efficiency of UxV systems.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "415",
                "title": "Unmanned Autonomous Vehicles (UxVs) - Safety",
                "description": "Expert and professional services for safety for Unmanned Autonomous Vehicles (UxVs). Such as but not limited to the safe operation and management of UxV operations, development and implementation of safety protocols, risk assessment methodologies, and regulatory compliance strategies specific to UxVs and their usage",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "416",
                "title": "Unmanned Autonomous Vehicles (UxVs) - Regulatory, Law, Licensing",
                "description": "Expert and professional services on regulatory, licensing, and law for Unmanned Autonomous Vehicles (UxVs). Such as but not limited to informing clients about current laws, regulations, and industry standards governing the use of UxVs, for example, airspace management, operational limitations, and safety requirements.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "417",
                "title": "Unmanned Autonomous Vehicles (UxVs) - Independent Testing/Evaluation/Validation/Verification and Trials Support",
                "description": "Expert and professional services for testing and trials of Unmanned Autonomous Vehicles (UxVs) provide comprehensive support to organisations seeking to validate the performance and safety of their UxV systems. These services encompass but are not linited to expert consultation on the development of testing methodologies, including the design and execution of trials, data collection protocols, and performance assessments",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "418",
                "title": "Unmanned Autonomous Vehicles (UxVs) - Environmental",
                "description": "Expert and professional services for the environmental and sustainability aspects of Unmanned Autonomous Vehicles (UxVs) provide organisations with expert guidance on minimising the ecological impact of UxV operations while promoting sustainable practices. These services encompass but are not linited to the assessment of environmental effects related to UxV deployment, such as noise pollution, emissions, and potential wildlife disturbances.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "419",
                "title": "SATCOM - Training",
                "description": "All advisory, consultancy, and academia related to Satellite Communication (SATCOM) Training. This includes training of SATCOM services, networks, terminals, hardware, and software",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "420",
                "title": "SATCOM - Safety",
                "description": "All advisory, consultancy, and academia related to Satellite Communication (SATCOM) Safety. This includes safety of SATCOM services, networks, terminals, hardware, and software",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "421",
                "title": "SATCOM - Independent Testing/Evaluation/Validation/ Verification and Trials Support",
                "description": "All advisory, consultancy, and academia related to Satellite Communication (SATCOM) independent testing, evaluation, validation, verification, and trail support. This includes support of SATCOM services, networks, terminals, hardware, and software.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "422",
                "title": "SATCOM - Environmental",
                "description": "All advisory, consultancy, and academia related to Satellite Communication (SATCOM) environmental support. This includes all aspects of environmental services, such as risk and impact assessments, strategy, and sustainability and compliance within SATCOM",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "423",
                "title": "SATCOM - Situational Awareness",
                "description": "All equipment, technology and services related to SATCOM Situational Awareness. Situational Awareness is the ability to monitor conditions, such as where objects are in apace and predict future hazards. This includes detection, tracking and cataloguing of space objects, Space Weather, as well as situational analysis and warnings.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "424",
                "title": "SATCOM - Engineering Support",
                "description": "All engineering support related to SATCOM. This includes satellite command and control, flight dynamics, mission control maintenance, ground segment, networks, software, and general engineering services.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            },
            {
                "id": "425",
                "title": "SATCOM - Academic Research, including Market Assessment Studies",
                "description": "The application and use of academic study, resource and access to specialist knowledge and capability for the enhanced understanding in the realm of SATCOM related endeavours.",
                "status": "active",
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. Modern Slavery Act 2015. You are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement. Financial Risk. A financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. Payment in Contracts Above PS5m Per Annum. Procurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. You are required to confirm: - you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. - you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. - that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ). Data Protection. You are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select 'No' to this question, it will be classed as a 'Fail'. Modern Slavery Act 2015. If you are 'a relevant commercial organisation' and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include: - the organisation's structure, its business and its supply chains - its policies in relation to slavery and human trafficking - its due diligence processes in relation to slavery and human trafficking in its business and supply chains - the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk - its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate - the training and capacity building about slavery and human trafficking available to its staff and no satisfactory reason or assurance of future compliance has been provided, OR you are not 'a relevant commercial organisation' but have a turnover of over PS36m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a 'Fail'. Financial Risk. Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \"Instructions\" tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is 'acceptable with mitigating actions' we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application. Insurance Requirements. You are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select 'No' to this question, it will be classed as a 'Fail'. Payment in Contracts Above PS5m Per Annum. You are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select 'No' to this question, it will be classed as a 'Fail'. If you select 'Yes' to this question, you will be required to provide the following evidence: - a copy of your standard payment terms for all of your supply chain contracts - a copy of your procedures for resolving disputed invoices promptly and effectively - details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again - a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023. You are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select 'No' to this question, it will be classed as a 'Fail'. You are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select 'No' to this question, it will be classed as a 'Fail'. If you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a 'Fail'. If you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. If your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a 'Fail'. Your response will be classed as a 'Fail' if you do not meet any of the following criteria: - You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period. - You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period. You pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features. You are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        },
                        {
                            "type": "technical",
                            "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application. Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied. Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). Carbon Reduction. Public procurement of contracts with an annual contract value of PS5,000,000.00 and above should take into account suppliers' carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
                            "verificationMethod": "Please see the guidance in the DMQ. Health and Safety. You are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer's requirement (including risks from the use of contractors where relevant). If you select 'No' to this question, it will be classed as a 'Fail'. Carbon Reduction. You are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. Your response will be classed as a 'Fail' if any of the following apply: - you have not provided a link to your organisation's published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted - is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template - does not confirm the supplier's commitment to achieving Net Zero by 2050 and/or - does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or - does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract the reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided - has not been signed off by a director (or equivalent) or designated member (for LLPs) - where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met. Cyber Essentials Certification. You are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a 'Fail'. Your application will be rejected until you have a valid Cyber Essentials certificate. Certificates. Once you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application. Attachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                }
            }
        ],
        "status": "active",
        "coveredBy": [
            "GPA",
            "CPTPP"
        ],
        "participationFees": [
            {
                "id": "ocds-h6vhtk-0510f8",
                "type": [
                    "win"
                ],
                "relativeValue": {
                    "proportion": 0.01,
                    "monetaryValue": "award"
                },
                "description": "The Authority will charge the Management Charge as specified in this Dynamic Market Notice and in Schedule 3 of the Dynamic Market Terms of Use. Please refer to the detail below and the Dynamic Market Terms of Use, available in the Dynamic Market Information Pack. Dynamic Market Management Charge 1. Definitions 1.1 In this Dynamic Market Notice, the following words shall have the following meanings: \"Buyer\" the relevant public sector purchaser awarding a contract to the Supplier by reference to the Dynamic Market; \"Charges\" the prices (exclusive of any applicable VAT), payable to the Supplier by the Buyer under any contracts awarded pursuant to membership of a Dynamic Market, for the full and proper performance by the Supplier of its obligations under the contract awarded by reference to membership to the Dynamic Market; \"Contract\" any contract awarded by reference to membership to the Dynamic Market; \"Deliverables\" Goods, Services or software that may be provided under a contract awarded by reference to membership to a dynamic market; \"Dynamic Market\" the market established by the Dynamic Market Notice; \"Dynamic Market Notice\" the notice published on the Central Digital Platform for the Dynamic Market Space Technology Solutions, RM6370; \"Goods\" goods made available by the Supplier as specified in the Dynamic Market Notice and in relation to any contracts awarded pursuant to membership of a Dynamic Market; \"Management Charge\" the sum specified at Paragraph 2 payable by the Supplier to CCS; \"Management Information\" the management information specified in Schedule 3 of the Terms of Use; \"MI Reports\" a report containing Management Information submitted to the CCS in accordance with Schedule 3 of the Terms of Use. \"MI Reporting Template\" the form of report set out in the Schedule 3 of the Terms of Use setting out the information the Supplier is required to supply to CCS; \"Month\" a calendar month and \"Monthly\" shall be interpreted accordingly; \"Services\" services made available by the Supplier as specified in the Dynamic Market Notice and in relation to any contracts awarded pursuant to membership of a Dynamic Market; \"Supplier\" any actual or potential member of this Dynamic Market; \"Terms of Use\" the terms as provided by CCS to the member included within or referenced by the Dynamic Market Notice; and \"VAT\" value added tax in accordance with the provisions of the Value Added Tax Act 1994. 2. Management Charge 2.1 Pursuant to section 38 of the Procurement Act 2023 CCS can charge fees (\"Management Charge\") to Suppliers. 2.2 The Supplier will pay, excluding VAT, 1% of all the Charges for the Deliverables invoiced to the Buyer under all Contracts awarded to the Supplier by reference to their membership to this Dynamic Market. 2.3 CCS will invoice the Supplier for the Management Charge and the Supplier must pay it using the process in this Dynamic Market Notice. 3. How to provide management information to CCS 3.1 The Supplier will need to provide Management Information to CCS with the MI Reporting Template as provided for in the Terms of Use. 4. Reporting period 4.1 MI Reports will be required to be completed every Month and in accordance with the Terms of Use. 5. Submitting the information 5.1 MI Reports shall be completed electronically and uploaded to the CCS data submission service in accordance with the Terms of Use. 6. Paying the Management Charge 6.1 The Management Charge excludes VAT which is payable on provision of a valid VAT invoice. 6.2 The Supplier shall pay CCS the Management Charge (and other charges payable in accordance with this Dynamic Market Notice) in cleared funds within 30 days of receipt by the Supplier of an undisputed invoice to such bank or building society account set out in the invoice. 7. Further information 7.1 Further information on the Management Charge can be found in Schedule 3 (Management Charge) of the Terms of Use which can be accessed from the Dynamic Market Information Pack. 7.2 The Dynamic Market Information Pack is available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
        ],
        "submissionMethodDetails": "The Dynamic Market Information Pack contains the Terms of Use and instructions on how to submit an application to join the Dynamic Market and is available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370 The Dynamic Market and the Dynamic Market Questionnaire (DMQ) are accessed via the Supplier Registration Service (SRS), all suppliers are required to register on the SRS system before applying to the Dynamic Market. Registration requires a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which is registering, and will be applying to the Dynamic Market. Register for an SRS account at https://supplierregistration.cabinetoffice.gov.uk/organisation/register All suppliers will need to register on the Central Digital Platform (CDP) and complete the core supplier information in the supplier information section. How to video guides and user manuals on the CDP, which will give you an overview of the platform, the registration process, and how to complete and update supplier information can be accessed through the Cabinet Office dedicated TPP supplier page https://www.gov.uk/government/collections/information-and-guidance-for-suppliers Applications to be appointed to the Dynamic Market must be submitted electronically via https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370 Additional information can be obtained from https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "A-2597",
                "documentType": "biddingDocuments",
                "description": "Customer List",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2597",
                "format": "application/pdf"
            },
            {
                "id": "036304-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK13",
                "description": "Dynamic market intention notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/036304-2025",
                "datePublished": "2025-07-01T10:20:58+01:00",
                "format": "text/html"
            },
            {
                "id": "044570-2025",
                "documentType": "awardNotice",
                "noticeType": "UK14",
                "description": "Dynamic market establishment notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/044570-2025",
                "datePublished": "2025-07-31T09:23:32+01:00",
                "format": "text/html"
            },
            {
                "id": "046698-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/046698-2025",
                "datePublished": "2025-08-06T17:27:47+01:00",
                "format": "text/html"
            },
            {
                "id": "048328-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/048328-2025",
                "datePublished": "2025-08-13T11:20:36+01:00",
                "format": "text/html"
            },
            {
                "id": "049978-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/049978-2025",
                "datePublished": "2025-08-19T23:30:09+01:00",
                "format": "text/html"
            },
            {
                "id": "049979-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/049979-2025",
                "datePublished": "2025-08-19T23:30:16+01:00",
                "format": "text/html"
            },
            {
                "id": "049980-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/049980-2025",
                "datePublished": "2025-08-19T23:30:22+01:00",
                "format": "text/html"
            },
            {
                "id": "049981-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/049981-2025",
                "datePublished": "2025-08-19T23:30:31+01:00",
                "format": "text/html"
            },
            {
                "id": "049982-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/049982-2025",
                "datePublished": "2025-08-19T23:30:37+01:00",
                "format": "text/html"
            },
            {
                "id": "050356-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/050356-2025",
                "datePublished": "2025-08-20T23:30:06+01:00",
                "format": "text/html"
            },
            {
                "id": "051400-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/051400-2025",
                "datePublished": "2025-08-26T23:30:09+01:00",
                "format": "text/html"
            },
            {
                "id": "051752-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/051752-2025",
                "datePublished": "2025-08-27T23:30:10+01:00",
                "format": "text/html"
            },
            {
                "id": "051753-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/051753-2025",
                "datePublished": "2025-08-27T23:30:16+01:00",
                "format": "text/html"
            },
            {
                "id": "052243-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/052243-2025",
                "datePublished": "2025-08-28T23:30:12+01:00",
                "format": "text/html"
            },
            {
                "id": "052244-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/052244-2025",
                "datePublished": "2025-08-28T23:30:25+01:00",
                "format": "text/html"
            },
            {
                "id": "053726-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/053726-2025",
                "datePublished": "2025-09-03T23:30:11+01:00",
                "format": "text/html"
            },
            {
                "id": "054831-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/054831-2025",
                "datePublished": "2025-09-08T23:30:10+01:00",
                "format": "text/html"
            },
            {
                "id": "055193-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/055193-2025",
                "datePublished": "2025-09-09T23:30:11+01:00",
                "format": "text/html"
            },
            {
                "id": "055194-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/055194-2025",
                "datePublished": "2025-09-09T23:30:21+01:00",
                "format": "text/html"
            },
            {
                "id": "057149-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/057149-2025",
                "datePublished": "2025-09-16T23:30:15+01:00",
                "format": "text/html"
            },
            {
                "id": "057529-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/057529-2025",
                "datePublished": "2025-09-17T23:30:14+01:00",
                "format": "text/html"
            },
            {
                "id": "059467-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/059467-2025",
                "datePublished": "2025-09-24T23:30:15+01:00",
                "format": "text/html"
            },
            {
                "id": "059468-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/059468-2025",
                "datePublished": "2025-09-24T23:30:33+01:00",
                "format": "text/html"
            },
            {
                "id": "059914-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/059914-2025",
                "datePublished": "2025-09-25T23:30:15+01:00",
                "format": "text/html"
            },
            {
                "id": "059915-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/059915-2025",
                "datePublished": "2025-09-25T23:30:36+01:00",
                "format": "text/html"
            },
            {
                "id": "060331-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/060331-2025",
                "datePublished": "2025-09-26T23:30:11+01:00",
                "format": "text/html"
            },
            {
                "id": "061104-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/061104-2025",
                "datePublished": "2025-09-30T23:30:13+01:00",
                "format": "text/html"
            },
            {
                "id": "061105-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/061105-2025",
                "datePublished": "2025-09-30T23:30:31+01:00",
                "format": "text/html"
            },
            {
                "id": "061517-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/061517-2025",
                "datePublished": "2025-10-01T23:30:15+01:00",
                "format": "text/html"
            },
            {
                "id": "061518-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/061518-2025",
                "datePublished": "2025-10-01T23:30:42+01:00",
                "format": "text/html"
            },
            {
                "id": "061952-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/061952-2025",
                "datePublished": "2025-10-02T23:30:13+01:00",
                "format": "text/html"
            },
            {
                "id": "061954-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/061954-2025",
                "datePublished": "2025-10-02T23:30:46+01:00",
                "format": "text/html"
            },
            {
                "id": "061955-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/061955-2025",
                "datePublished": "2025-10-02T23:30:58+01:00",
                "format": "text/html"
            },
            {
                "id": "061956-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/061956-2025",
                "datePublished": "2025-10-02T23:31:20+01:00",
                "format": "text/html"
            },
            {
                "id": "062348-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/062348-2025",
                "datePublished": "2025-10-03T23:30:14+01:00",
                "format": "text/html"
            },
            {
                "id": "062663-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/062663-2025",
                "datePublished": "2025-10-06T23:30:16+01:00",
                "format": "text/html"
            },
            {
                "id": "063069-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/063069-2025",
                "datePublished": "2025-10-07T23:30:15+01:00",
                "format": "text/html"
            },
            {
                "id": "063070-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/063070-2025",
                "datePublished": "2025-10-07T23:30:39+01:00",
                "format": "text/html"
            },
            {
                "id": "063501-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/063501-2025",
                "datePublished": "2025-10-08T23:30:21+01:00",
                "format": "text/html"
            },
            {
                "id": "063502-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/063502-2025",
                "datePublished": "2025-10-08T23:30:44+01:00",
                "format": "text/html"
            },
            {
                "id": "063503-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/063503-2025",
                "datePublished": "2025-10-08T23:31:04+01:00",
                "format": "text/html"
            },
            {
                "id": "064412-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/064412-2025",
                "datePublished": "2025-10-10T23:30:20+01:00",
                "format": "text/html"
            },
            {
                "id": "065394-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/065394-2025",
                "datePublished": "2025-10-14T23:30:14+01:00",
                "format": "text/html"
            },
            {
                "id": "068368-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/068368-2025",
                "datePublished": "2025-10-24T23:30:35+01:00",
                "format": "text/html"
            },
            {
                "id": "070643-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/070643-2025",
                "datePublished": "2025-11-03T23:30:16Z",
                "format": "text/html"
            },
            {
                "id": "070644-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/070644-2025",
                "datePublished": "2025-11-03T23:30:43Z",
                "format": "text/html"
            },
            {
                "id": "071066-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/071066-2025",
                "datePublished": "2025-11-04T23:30:29Z",
                "format": "text/html"
            },
            {
                "id": "071821-2025",
                "documentType": "awardNotice",
                "noticeType": "UK15",
                "description": "Dynamic market modification notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/071821-2025",
                "datePublished": "2025-11-06T23:30:20Z",
                "format": "text/html"
            }
        ],
        "tenderPeriod": {
            "endDate": "2031-07-30T23:59:59+01:00"
        },
        "amendments": [
            {
                "id": "046698-2025",
                "date": "2025-08-06T00:00:00+01:00"
            },
            {
                "id": "048328-2025",
                "date": "2025-08-13T00:00:00+01:00"
            },
            {
                "id": "049978-2025",
                "date": "2025-08-19T00:00:00+01:00"
            },
            {
                "id": "049979-2025",
                "date": "2025-08-19T00:00:00+01:00"
            },
            {
                "id": "049980-2025",
                "date": "2025-08-19T00:00:00+01:00"
            },
            {
                "id": "049981-2025",
                "date": "2025-08-19T00:00:00+01:00"
            },
            {
                "id": "049982-2025",
                "date": "2025-08-19T00:00:00+01:00"
            },
            {
                "id": "050356-2025",
                "date": "2025-08-20T00:00:00+01:00"
            },
            {
                "id": "051400-2025",
                "date": "2025-08-26T00:00:00+01:00"
            },
            {
                "id": "051752-2025",
                "date": "2025-08-27T00:00:00+01:00"
            },
            {
                "id": "051753-2025",
                "date": "2025-08-27T00:00:00+01:00"
            },
            {
                "id": "052243-2025",
                "date": "2025-08-28T00:00:00+01:00"
            },
            {
                "id": "052244-2025",
                "date": "2025-08-28T00:00:00+01:00"
            },
            {
                "id": "053726-2025",
                "date": "2025-09-03T00:00:00+01:00"
            },
            {
                "id": "054831-2025",
                "date": "2025-09-08T00:00:00+01:00"
            },
            {
                "id": "055193-2025",
                "date": "2025-09-09T00:00:00+01:00"
            },
            {
                "id": "055194-2025",
                "date": "2025-09-09T00:00:00+01:00"
            },
            {
                "id": "057149-2025",
                "date": "2025-09-16T00:00:00+01:00"
            },
            {
                "id": "057529-2025",
                "date": "2025-09-17T00:00:00+01:00"
            },
            {
                "id": "059467-2025",
                "date": "2025-09-24T00:00:00+01:00"
            },
            {
                "id": "059468-2025",
                "date": "2025-09-24T00:00:00+01:00"
            },
            {
                "id": "059914-2025",
                "date": "2025-09-25T00:00:00+01:00"
            },
            {
                "id": "059915-2025",
                "date": "2025-09-25T00:00:00+01:00"
            },
            {
                "id": "060331-2025",
                "date": "2025-09-26T00:00:00+01:00"
            },
            {
                "id": "061104-2025",
                "date": "2025-09-30T00:00:00+01:00"
            },
            {
                "id": "061105-2025",
                "date": "2025-09-30T00:00:00+01:00"
            },
            {
                "id": "061517-2025",
                "date": "2025-09-30T00:00:00+01:00"
            },
            {
                "id": "061518-2025",
                "date": "2025-10-01T00:00:00+01:00"
            },
            {
                "id": "061952-2025",
                "date": "2025-10-02T00:00:00+01:00"
            },
            {
                "id": "061954-2025",
                "date": "2025-10-02T00:00:00+01:00"
            },
            {
                "id": "061955-2025",
                "date": "2025-10-02T00:00:00+01:00"
            },
            {
                "id": "061956-2025",
                "date": "2025-10-02T00:00:00+01:00"
            },
            {
                "id": "062348-2025",
                "date": "2025-10-03T00:00:00+01:00"
            },
            {
                "id": "062663-2025",
                "date": "2025-10-06T00:00:00+01:00"
            },
            {
                "id": "063069-2025",
                "date": "2025-10-07T00:00:00+01:00"
            },
            {
                "id": "063070-2025",
                "date": "2025-10-07T00:00:00+01:00"
            },
            {
                "id": "063501-2025",
                "date": "2025-09-16T00:00:00+01:00"
            },
            {
                "id": "063502-2025",
                "date": "2025-10-01T00:00:00+01:00"
            },
            {
                "id": "063503-2025",
                "date": "2025-10-02T00:00:00+01:00"
            },
            {
                "id": "064412-2025",
                "date": "2025-10-10T00:00:00+01:00"
            },
            {
                "id": "065394-2025",
                "date": "2025-10-14T00:00:00+01:00"
            },
            {
                "id": "068368-2025",
                "date": "2025-10-24T00:00:00+01:00"
            },
            {
                "id": "070643-2025",
                "date": "2025-11-03T00:00:00+01:00"
            },
            {
                "id": "070644-2025",
                "date": "2025-11-03T00:00:00+01:00"
            },
            {
                "id": "071066-2025",
                "date": "2025-11-04T00:00:00+01:00"
            },
            {
                "id": "071821-2025",
                "date": "2025-11-06T00:00:00+01:00"
            }
        ]
    },
    "language": "en",
    "awards": [
        {
            "id": "1",
            "status": "active",
            "relatedLots": [
                "101"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "070644-2025"
                }
            ],
            "suppliers": [
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                }
            ]
        },
        {
            "id": "2",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "102"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "3",
            "status": "active",
            "relatedLots": [
                "103"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                }
            ],
            "suppliers": [
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                }
            ]
        },
        {
            "id": "4",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "104"
            ],
            "amendments": [
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "5",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                }
            ],
            "relatedLots": [
                "105"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "070644-2025"
                }
            ]
        },
        {
            "id": "6",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PCLP-4654-GZJZ",
                    "name": "BIGBYTE DIGITAL LTD"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PTRG-7566-VJCX",
                    "name": "APPLIED DATA SCIENCE PARTNERS LTD"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PZTM-7319-HQBP",
                    "name": "CLOUDSCALER LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PPJH-9736-PQMT",
                    "name": "APACHE IX LIMITED"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PNQB-3789-LLDX",
                    "name": "INFORMED SOLUTIONS LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PZTY-3523-HQZX",
                    "name": "AKKODIS UK LIMITED"
                },
                {
                    "id": "GB-PPON-PRRL-9192-HWJX",
                    "name": "OXIDIAN LTD"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PRWZ-6455-WRLM",
                    "name": "CEGEKA UK LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PCNN-5784-NXRD",
                    "name": "NS OPTIMUM LIMITED"
                },
                {
                    "id": "GB-PPON-PWPX-1986-TCYM",
                    "name": "ZIRCON SOFTWARE LIMITED"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "106"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "049980-2025"
                },
                {
                    "id": "049981-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "050356-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "054831-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "057529-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059468-2025"
                },
                {
                    "id": "059914-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "064412-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "070643-2025"
                },
                {
                    "id": "071066-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "7",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PCNN-5784-NXRD",
                    "name": "NS OPTIMUM LIMITED"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWPX-1986-TCYM",
                    "name": "ZIRCON SOFTWARE LIMITED"
                }
            ],
            "relatedLots": [
                "107"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "070643-2025"
                },
                {
                    "id": "070644-2025"
                },
                {
                    "id": "071066-2025"
                }
            ]
        },
        {
            "id": "8",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PZTM-7319-HQBP",
                    "name": "CLOUDSCALER LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PJTR-2652-DPCL",
                    "name": "INZPIRE LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PCNN-5784-NXRD",
                    "name": "NS OPTIMUM LIMITED"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWPX-1986-TCYM",
                    "name": "ZIRCON SOFTWARE LIMITED"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "108"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "050356-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "057149-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "070643-2025"
                },
                {
                    "id": "070644-2025"
                },
                {
                    "id": "071066-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "9",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                }
            ],
            "relatedLots": [
                "109"
            ],
            "amendments": [
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                }
            ]
        },
        {
            "id": "10",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "110"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "11",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                }
            ],
            "relatedLots": [
                "111"
            ],
            "amendments": [
                {
                    "id": "049978-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                }
            ]
        },
        {
            "id": "12",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "112"
            ],
            "amendments": [
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "049980-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "13",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PDDY-8841-XLBH",
                    "name": "SPECTRA GROUP (UK) LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PJTR-2652-DPCL",
                    "name": "INZPIRE LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PZTY-3523-HQZX",
                    "name": "AKKODIS UK LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PWPX-1986-TCYM",
                    "name": "ZIRCON SOFTWARE LIMITED"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "113"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "051400-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "057149-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059468-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "071066-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "14",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PPJH-9736-PQMT",
                    "name": "APACHE IX LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                }
            ],
            "relatedLots": [
                "114"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "054831-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                }
            ]
        },
        {
            "id": "15",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                }
            ],
            "relatedLots": [
                "115"
            ],
            "amendments": [
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                }
            ]
        },
        {
            "id": "16",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                }
            ],
            "relatedLots": [
                "116"
            ],
            "amendments": [
                {
                    "id": "048328-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                }
            ]
        },
        {
            "id": "17",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "117"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "18",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "118"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "19",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "119"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "049980-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "20",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "120"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "21",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "121"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "049980-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "22",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PPJH-9736-PQMT",
                    "name": "APACHE IX LIMITED"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "122"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "054831-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "23",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PCNN-5784-NXRD",
                    "name": "NS OPTIMUM LIMITED"
                }
            ],
            "relatedLots": [
                "123"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "070643-2025"
                }
            ]
        },
        {
            "id": "24",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                }
            ],
            "relatedLots": [
                "124"
            ],
            "amendments": [
                {
                    "id": "048328-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                }
            ]
        },
        {
            "id": "25",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                }
            ],
            "relatedLots": [
                "125"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                }
            ]
        },
        {
            "id": "26",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "126"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "27",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "127"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "28",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "128"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "29",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                }
            ],
            "relatedLots": [
                "129"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                }
            ]
        },
        {
            "id": "30",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                }
            ],
            "relatedLots": [
                "130"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                }
            ]
        },
        {
            "id": "31",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "131"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "32",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "132"
            ],
            "amendments": [
                {
                    "id": "048328-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "33",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                }
            ],
            "relatedLots": [
                "133"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "070644-2025"
                }
            ]
        },
        {
            "id": "34",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "134"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "35",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                }
            ],
            "relatedLots": [
                "135"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                }
            ]
        },
        {
            "id": "36",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                }
            ],
            "relatedLots": [
                "136"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                }
            ]
        },
        {
            "id": "37",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "137"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "38",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "138"
            ],
            "amendments": [
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "39",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "139"
            ],
            "amendments": [
                {
                    "id": "048328-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "40",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PDDY-8841-XLBH",
                    "name": "SPECTRA GROUP (UK) LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                }
            ],
            "relatedLots": [
                "140"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "051400-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                }
            ]
        },
        {
            "id": "41",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                }
            ],
            "relatedLots": [
                "141"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "070644-2025"
                }
            ]
        },
        {
            "id": "42",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                }
            ],
            "relatedLots": [
                "142"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "070644-2025"
                }
            ]
        },
        {
            "id": "43",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PDDY-8841-XLBH",
                    "name": "SPECTRA GROUP (UK) LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                }
            ],
            "relatedLots": [
                "143"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "051400-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "070644-2025"
                }
            ]
        },
        {
            "id": "44",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                }
            ],
            "relatedLots": [
                "144"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "070644-2025"
                }
            ]
        },
        {
            "id": "45",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PDDY-8841-XLBH",
                    "name": "SPECTRA GROUP (UK) LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                }
            ],
            "relatedLots": [
                "145"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "051400-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "070644-2025"
                }
            ]
        },
        {
            "id": "46",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                }
            ],
            "relatedLots": [
                "146"
            ],
            "amendments": [
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                }
            ]
        },
        {
            "id": "47",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PDDY-8841-XLBH",
                    "name": "SPECTRA GROUP (UK) LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                }
            ],
            "relatedLots": [
                "147"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "051400-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "070644-2025"
                }
            ]
        },
        {
            "id": "48",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PZTM-7319-HQBP",
                    "name": "CLOUDSCALER LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PPJH-9736-PQMT",
                    "name": "APACHE IX LIMITED"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PJTR-2652-DPCL",
                    "name": "INZPIRE LIMITED"
                },
                {
                    "id": "GB-PPON-PNQB-3789-LLDX",
                    "name": "INFORMED SOLUTIONS LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PZTY-3523-HQZX",
                    "name": "AKKODIS UK LIMITED"
                },
                {
                    "id": "GB-PPON-PRRL-9192-HWJX",
                    "name": "OXIDIAN LTD"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PNCY-8173-VWZZ",
                    "name": "BRAMFITT TECHNOLOGY LABS LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PRWZ-6455-WRLM",
                    "name": "CEGEKA UK LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PCNN-5784-NXRD",
                    "name": "NS OPTIMUM LIMITED"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWPX-1986-TCYM",
                    "name": "ZIRCON SOFTWARE LIMITED"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "201"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "049980-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "050356-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "054831-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "057149-2025"
                },
                {
                    "id": "057529-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059468-2025"
                },
                {
                    "id": "059914-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061105-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "064412-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "070643-2025"
                },
                {
                    "id": "070644-2025"
                },
                {
                    "id": "071066-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "49",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PWPX-1986-TCYM",
                    "name": "ZIRCON SOFTWARE LIMITED"
                }
            ],
            "relatedLots": [
                "202"
            ],
            "amendments": [
                {
                    "id": "049980-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "071066-2025"
                }
            ]
        },
        {
            "id": "50",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PYJC-8282-BWLJ",
                    "name": "AMETHYST RISK MANAGEMENT LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "203"
            ],
            "amendments": [
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "049980-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "061956-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "51",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PZTM-7319-HQBP",
                    "name": "CLOUDSCALER LIMITED"
                },
                {
                    "id": "GB-PPON-PVBN-9111-RRVJ",
                    "name": "VANTAGEUAV LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PPJH-9736-PQMT",
                    "name": "APACHE IX LIMITED"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PNQB-3789-LLDX",
                    "name": "INFORMED SOLUTIONS LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PZTY-3523-HQZX",
                    "name": "AKKODIS UK LIMITED"
                },
                {
                    "id": "GB-PPON-PRRL-9192-HWJX",
                    "name": "OXIDIAN LTD"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PWPX-1986-TCYM",
                    "name": "ZIRCON SOFTWARE LIMITED"
                }
            ],
            "relatedLots": [
                "204"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "049980-2025"
                },
                {
                    "id": "050356-2025"
                },
                {
                    "id": "051752-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "054831-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "057529-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059468-2025"
                },
                {
                    "id": "059914-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "071066-2025"
                }
            ]
        },
        {
            "id": "52",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                }
            ],
            "relatedLots": [
                "205"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "070644-2025"
                }
            ]
        },
        {
            "id": "53",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PYJC-8282-BWLJ",
                    "name": "AMETHYST RISK MANAGEMENT LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "206"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049980-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "061956-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "54",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PYJC-8282-BWLJ",
                    "name": "AMETHYST RISK MANAGEMENT LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                }
            ],
            "relatedLots": [
                "207"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "061956-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "070644-2025"
                }
            ]
        },
        {
            "id": "55",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "208"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "56",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PZTM-7319-HQBP",
                    "name": "CLOUDSCALER LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PPJH-9736-PQMT",
                    "name": "APACHE IX LIMITED"
                },
                {
                    "id": "GB-PPON-PJTR-2652-DPCL",
                    "name": "INZPIRE LIMITED"
                },
                {
                    "id": "GB-PPON-PNQB-3789-LLDX",
                    "name": "INFORMED SOLUTIONS LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PZTY-3523-HQZX",
                    "name": "AKKODIS UK LIMITED"
                },
                {
                    "id": "GB-PPON-PRRL-9192-HWJX",
                    "name": "OXIDIAN LTD"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PBCM-7251-THQW",
                    "name": "ARGUILE SEARCH LIMITED"
                },
                {
                    "id": "GB-PPON-PNCY-8173-VWZZ",
                    "name": "BRAMFITT TECHNOLOGY LABS LIMITED"
                },
                {
                    "id": "GB-PPON-PYJC-8282-BWLJ",
                    "name": "AMETHYST RISK MANAGEMENT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PWPX-1986-TCYM",
                    "name": "ZIRCON SOFTWARE LIMITED"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "209"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049980-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "050356-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "054831-2025"
                },
                {
                    "id": "057149-2025"
                },
                {
                    "id": "057529-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059468-2025"
                },
                {
                    "id": "059914-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061104-2025"
                },
                {
                    "id": "061105-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "061956-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "071066-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "57",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PDDY-8841-XLBH",
                    "name": "SPECTRA GROUP (UK) LIMITED"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PYJC-8282-BWLJ",
                    "name": "AMETHYST RISK MANAGEMENT LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PCNN-5784-NXRD",
                    "name": "NS OPTIMUM LIMITED"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                }
            ],
            "relatedLots": [
                "210"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "051400-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "061956-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "070643-2025"
                },
                {
                    "id": "070644-2025"
                }
            ]
        },
        {
            "id": "58",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PZTM-7319-HQBP",
                    "name": "CLOUDSCALER LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PPJH-9736-PQMT",
                    "name": "APACHE IX LIMITED"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PRRL-9192-HWJX",
                    "name": "OXIDIAN LTD"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PNCY-8173-VWZZ",
                    "name": "BRAMFITT TECHNOLOGY LABS LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PRWZ-6455-WRLM",
                    "name": "CEGEKA UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PCNN-5784-NXRD",
                    "name": "NS OPTIMUM LIMITED"
                }
            ],
            "relatedLots": [
                "211"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049980-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "050356-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "054831-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059914-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061105-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "064412-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "070643-2025"
                }
            ]
        },
        {
            "id": "59",
            "status": "active",
            "relatedLots": [
                "212"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "061956-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "068368-2025"
                }
            ],
            "suppliers": [
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PYJC-8282-BWLJ",
                    "name": "AMETHYST RISK MANAGEMENT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ]
        },
        {
            "id": "60",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PZTM-7319-HQBP",
                    "name": "CLOUDSCALER LIMITED"
                },
                {
                    "id": "GB-PPON-PDDY-8841-XLBH",
                    "name": "SPECTRA GROUP (UK) LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PNQB-3789-LLDX",
                    "name": "INFORMED SOLUTIONS LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PRRL-9192-HWJX",
                    "name": "OXIDIAN LTD"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PYJC-8282-BWLJ",
                    "name": "AMETHYST RISK MANAGEMENT LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PCNN-5784-NXRD",
                    "name": "NS OPTIMUM LIMITED"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWPX-1986-TCYM",
                    "name": "ZIRCON SOFTWARE LIMITED"
                }
            ],
            "relatedLots": [
                "213"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049980-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "050356-2025"
                },
                {
                    "id": "051400-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "057529-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059914-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "061956-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "070643-2025"
                },
                {
                    "id": "070644-2025"
                },
                {
                    "id": "071066-2025"
                }
            ]
        },
        {
            "id": "61",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                }
            ],
            "relatedLots": [
                "214"
            ],
            "amendments": [
                {
                    "id": "048328-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                }
            ]
        },
        {
            "id": "62",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PZTM-7319-HQBP",
                    "name": "CLOUDSCALER LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PPJH-9736-PQMT",
                    "name": "APACHE IX LIMITED"
                },
                {
                    "id": "GB-PPON-PNQB-3789-LLDX",
                    "name": "INFORMED SOLUTIONS LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PZTY-3523-HQZX",
                    "name": "AKKODIS UK LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PNCY-8173-VWZZ",
                    "name": "BRAMFITT TECHNOLOGY LABS LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWPX-1986-TCYM",
                    "name": "ZIRCON SOFTWARE LIMITED"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "215"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049980-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "050356-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "054831-2025"
                },
                {
                    "id": "057529-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059468-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061105-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "070644-2025"
                },
                {
                    "id": "071066-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "63",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                }
            ],
            "relatedLots": [
                "216"
            ],
            "amendments": [
                {
                    "id": "048328-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                }
            ]
        },
        {
            "id": "64",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                }
            ],
            "relatedLots": [
                "217"
            ],
            "amendments": [
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                }
            ]
        },
        {
            "id": "65",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "218"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049980-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "66",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PTRG-7566-VJCX",
                    "name": "APPLIED DATA SCIENCE PARTNERS LTD"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PVBN-9111-RRVJ",
                    "name": "VANTAGEUAV LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PPJH-9736-PQMT",
                    "name": "APACHE IX LIMITED"
                },
                {
                    "id": "GB-PPON-PJTR-2652-DPCL",
                    "name": "INZPIRE LIMITED"
                },
                {
                    "id": "GB-PPON-PNQB-3789-LLDX",
                    "name": "INFORMED SOLUTIONS LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PWPX-1986-TCYM",
                    "name": "ZIRCON SOFTWARE LIMITED"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "219"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049980-2025"
                },
                {
                    "id": "049981-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "051752-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "054831-2025"
                },
                {
                    "id": "057149-2025"
                },
                {
                    "id": "057529-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "071066-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "67",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PTRG-7566-VJCX",
                    "name": "APPLIED DATA SCIENCE PARTNERS LTD"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PZTM-7319-HQBP",
                    "name": "CLOUDSCALER LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PPJH-9736-PQMT",
                    "name": "APACHE IX LIMITED"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PNQB-3789-LLDX",
                    "name": "INFORMED SOLUTIONS LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PRRL-9192-HWJX",
                    "name": "OXIDIAN LTD"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PRWZ-6455-WRLM",
                    "name": "CEGEKA UK LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "220"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "049980-2025"
                },
                {
                    "id": "049981-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "050356-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "054831-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "057529-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059914-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "064412-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "070644-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "68",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PTRG-7566-VJCX",
                    "name": "APPLIED DATA SCIENCE PARTNERS LTD"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PZTM-7319-HQBP",
                    "name": "CLOUDSCALER LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PPJH-9736-PQMT",
                    "name": "APACHE IX LIMITED"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PNQB-3789-LLDX",
                    "name": "INFORMED SOLUTIONS LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PZTY-3523-HQZX",
                    "name": "AKKODIS UK LIMITED"
                },
                {
                    "id": "GB-PPON-PRRL-9192-HWJX",
                    "name": "OXIDIAN LTD"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PNCY-8173-VWZZ",
                    "name": "BRAMFITT TECHNOLOGY LABS LIMITED"
                },
                {
                    "id": "GB-PPON-PYJC-8282-BWLJ",
                    "name": "AMETHYST RISK MANAGEMENT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PRWZ-6455-WRLM",
                    "name": "CEGEKA UK LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PWPX-1986-TCYM",
                    "name": "ZIRCON SOFTWARE LIMITED"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "221"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "049980-2025"
                },
                {
                    "id": "049981-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "050356-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "054831-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "057529-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059468-2025"
                },
                {
                    "id": "059914-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061105-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "061956-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "064412-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "071066-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "69",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PVBN-9111-RRVJ",
                    "name": "VANTAGEUAV LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PJTR-2652-DPCL",
                    "name": "INZPIRE LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                }
            ],
            "relatedLots": [
                "222"
            ],
            "amendments": [
                {
                    "id": "051752-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "057149-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                }
            ]
        },
        {
            "id": "70",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PVBN-9111-RRVJ",
                    "name": "VANTAGEUAV LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "223"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "051752-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "71",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PVBN-9111-RRVJ",
                    "name": "VANTAGEUAV LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "224"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "051752-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "72",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PVBN-9111-RRVJ",
                    "name": "VANTAGEUAV LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "225"
            ],
            "amendments": [
                {
                    "id": "051752-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "73",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVBN-9111-RRVJ",
                    "name": "VANTAGEUAV LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "226"
            ],
            "amendments": [
                {
                    "id": "048328-2025"
                },
                {
                    "id": "051752-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "74",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PVBN-9111-RRVJ",
                    "name": "VANTAGEUAV LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PYJC-8282-BWLJ",
                    "name": "AMETHYST RISK MANAGEMENT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "227"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "051752-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "061956-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "75",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "228"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "76",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PPJH-9736-PQMT",
                    "name": "APACHE IX LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PNCY-8173-VWZZ",
                    "name": "BRAMFITT TECHNOLOGY LABS LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWPX-1986-TCYM",
                    "name": "ZIRCON SOFTWARE LIMITED"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "229"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "054831-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061105-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "070644-2025"
                },
                {
                    "id": "071066-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "77",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                }
            ],
            "relatedLots": [
                "230"
            ],
            "amendments": [
                {
                    "id": "059467-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                }
            ]
        },
        {
            "id": "78",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PPJH-9736-PQMT",
                    "name": "APACHE IX LIMITED"
                },
                {
                    "id": "GB-PPON-PNQB-3789-LLDX",
                    "name": "INFORMED SOLUTIONS LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "231"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "054831-2025"
                },
                {
                    "id": "057529-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "79",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "232"
            ],
            "amendments": [
                {
                    "id": "059915-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "80",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PDDY-8841-XLBH",
                    "name": "SPECTRA GROUP (UK) LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "233"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "051400-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "81",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                }
            ],
            "relatedLots": [
                "234"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "070644-2025"
                }
            ]
        },
        {
            "id": "82",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PYJC-8282-BWLJ",
                    "name": "AMETHYST RISK MANAGEMENT LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                }
            ],
            "relatedLots": [
                "235"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "061956-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "070644-2025"
                }
            ]
        },
        {
            "id": "83",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PDDY-8841-XLBH",
                    "name": "SPECTRA GROUP (UK) LIMITED"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                }
            ],
            "relatedLots": [
                "236"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "051400-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "070644-2025"
                }
            ]
        },
        {
            "id": "84",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PDDY-8841-XLBH",
                    "name": "SPECTRA GROUP (UK) LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                }
            ],
            "relatedLots": [
                "237"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "051400-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "070644-2025"
                }
            ]
        },
        {
            "id": "85",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                }
            ],
            "relatedLots": [
                "238"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "070644-2025"
                }
            ]
        },
        {
            "id": "86",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PNPG-7838-VNXY",
                    "name": "Winckworth Sherwood LLP"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                }
            ],
            "relatedLots": [
                "239"
            ],
            "amendments": [
                {
                    "id": "052243-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                }
            ]
        },
        {
            "id": "87",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PDDY-8841-XLBH",
                    "name": "SPECTRA GROUP (UK) LIMITED"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PYJC-8282-BWLJ",
                    "name": "AMETHYST RISK MANAGEMENT LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PRWZ-6455-WRLM",
                    "name": "CEGEKA UK LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PNBG-7446-GZVW",
                    "name": "HUGHES NETWORK SYSTEMS LIMITED"
                }
            ],
            "relatedLots": [
                "240"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "051400-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061956-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "064412-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "070644-2025"
                }
            ]
        },
        {
            "id": "88",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTRG-7566-VJCX",
                    "name": "APPLIED DATA SCIENCE PARTNERS LTD"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PJTR-2652-DPCL",
                    "name": "INZPIRE LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "301"
            ],
            "amendments": [
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049981-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "057149-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "89",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTRG-7566-VJCX",
                    "name": "APPLIED DATA SCIENCE PARTNERS LTD"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PJTR-2652-DPCL",
                    "name": "INZPIRE LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "302"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049981-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "057149-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "90",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PTRG-7566-VJCX",
                    "name": "APPLIED DATA SCIENCE PARTNERS LTD"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PJTR-2652-DPCL",
                    "name": "INZPIRE LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "303"
            ],
            "amendments": [
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049981-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "057149-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "91",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PTRG-7566-VJCX",
                    "name": "APPLIED DATA SCIENCE PARTNERS LTD"
                },
                {
                    "id": "GB-PPON-PVBN-9111-RRVJ",
                    "name": "VANTAGEUAV LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PJTR-2652-DPCL",
                    "name": "INZPIRE LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "304"
            ],
            "amendments": [
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049981-2025"
                },
                {
                    "id": "051752-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "057149-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "92",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PTRG-7566-VJCX",
                    "name": "APPLIED DATA SCIENCE PARTNERS LTD"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PJTR-2652-DPCL",
                    "name": "INZPIRE LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "305"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049981-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "057149-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "93",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVBN-9111-RRVJ",
                    "name": "VANTAGEUAV LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PJTR-2652-DPCL",
                    "name": "INZPIRE LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "306"
            ],
            "amendments": [
                {
                    "id": "048328-2025"
                },
                {
                    "id": "051752-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "057149-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "94",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTRG-7566-VJCX",
                    "name": "APPLIED DATA SCIENCE PARTNERS LTD"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PRRL-9192-HWJX",
                    "name": "OXIDIAN LTD"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "307"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049981-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059914-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "95",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTRG-7566-VJCX",
                    "name": "APPLIED DATA SCIENCE PARTNERS LTD"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PRRL-9192-HWJX",
                    "name": "OXIDIAN LTD"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "308"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049981-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059914-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "96",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PTRG-7566-VJCX",
                    "name": "APPLIED DATA SCIENCE PARTNERS LTD"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "309"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049981-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "97",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTRG-7566-VJCX",
                    "name": "APPLIED DATA SCIENCE PARTNERS LTD"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "310"
            ],
            "amendments": [
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049981-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "98",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTRG-7566-VJCX",
                    "name": "APPLIED DATA SCIENCE PARTNERS LTD"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "311"
            ],
            "amendments": [
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049981-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "99",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PTRG-7566-VJCX",
                    "name": "APPLIED DATA SCIENCE PARTNERS LTD"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PZTM-7319-HQBP",
                    "name": "CLOUDSCALER LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "312"
            ],
            "amendments": [
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "049981-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "050356-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "100",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PTRG-7566-VJCX",
                    "name": "APPLIED DATA SCIENCE PARTNERS LTD"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "313"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049981-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "101",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PTRG-7566-VJCX",
                    "name": "APPLIED DATA SCIENCE PARTNERS LTD"
                },
                {
                    "id": "GB-PPON-PVBN-9111-RRVJ",
                    "name": "VANTAGEUAV LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PJTR-2652-DPCL",
                    "name": "INZPIRE LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "314"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049981-2025"
                },
                {
                    "id": "051752-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "057149-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "102",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PTRG-7566-VJCX",
                    "name": "APPLIED DATA SCIENCE PARTNERS LTD"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PZTM-7319-HQBP",
                    "name": "CLOUDSCALER LIMITED"
                },
                {
                    "id": "GB-PPON-PDDY-8841-XLBH",
                    "name": "SPECTRA GROUP (UK) LIMITED"
                },
                {
                    "id": "GB-PPON-PVBN-9111-RRVJ",
                    "name": "VANTAGEUAV LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PPJH-9736-PQMT",
                    "name": "APACHE IX LIMITED"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PJTR-2652-DPCL",
                    "name": "INZPIRE LIMITED"
                },
                {
                    "id": "GB-PPON-PNQB-3789-LLDX",
                    "name": "INFORMED SOLUTIONS LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PRRL-9192-HWJX",
                    "name": "OXIDIAN LTD"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "315"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049980-2025"
                },
                {
                    "id": "049981-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "050356-2025"
                },
                {
                    "id": "051400-2025"
                },
                {
                    "id": "051752-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "054831-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "057149-2025"
                },
                {
                    "id": "057529-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059914-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "103",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-12527609",
                    "name": "SQUARCLE CONSULTING LTD"
                },
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PTRG-7566-VJCX",
                    "name": "APPLIED DATA SCIENCE PARTNERS LTD"
                },
                {
                    "id": "GB-PPON-PVBN-9111-RRVJ",
                    "name": "VANTAGEUAV LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PPJH-9736-PQMT",
                    "name": "APACHE IX LIMITED"
                },
                {
                    "id": "GB-PPON-PJTR-2652-DPCL",
                    "name": "INZPIRE LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PZTY-3523-HQZX",
                    "name": "AKKODIS UK LIMITED"
                },
                {
                    "id": "GB-PPON-PRRL-9192-HWJX",
                    "name": "OXIDIAN LTD"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PNCY-8173-VWZZ",
                    "name": "BRAMFITT TECHNOLOGY LABS LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PYJC-8282-BWLJ",
                    "name": "AMETHYST RISK MANAGEMENT LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "401"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "049981-2025"
                },
                {
                    "id": "051752-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "054831-2025"
                },
                {
                    "id": "057149-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059468-2025"
                },
                {
                    "id": "059914-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061105-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "061956-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "104",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PZTM-7319-HQBP",
                    "name": "CLOUDSCALER LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PPJH-9736-PQMT",
                    "name": "APACHE IX LIMITED"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PJTR-2652-DPCL",
                    "name": "INZPIRE LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PRRL-9192-HWJX",
                    "name": "OXIDIAN LTD"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PNCY-8173-VWZZ",
                    "name": "BRAMFITT TECHNOLOGY LABS LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PYJC-8282-BWLJ",
                    "name": "AMETHYST RISK MANAGEMENT LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PRWZ-6455-WRLM",
                    "name": "CEGEKA UK LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "402"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "049980-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "050356-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "054831-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "057149-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059914-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061105-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "061956-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "064412-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "105",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PZTY-3523-HQZX",
                    "name": "AKKODIS UK LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "403"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "049980-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "059468-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "106",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-12527609",
                    "name": "SQUARCLE CONSULTING LTD"
                },
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PLTQ-2211-NYXT",
                    "name": "URBAN FORESIGHT LIMITED"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PTRG-7566-VJCX",
                    "name": "APPLIED DATA SCIENCE PARTNERS LTD"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PZTM-7319-HQBP",
                    "name": "CLOUDSCALER LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PPJH-9736-PQMT",
                    "name": "APACHE IX LIMITED"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PNQB-3789-LLDX",
                    "name": "INFORMED SOLUTIONS LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PZTY-3523-HQZX",
                    "name": "AKKODIS UK LIMITED"
                },
                {
                    "id": "GB-PPON-PRRL-9192-HWJX",
                    "name": "OXIDIAN LTD"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PYHJ-3355-TXBH",
                    "name": "REAL WIRELESS LTD."
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PYJC-8282-BWLJ",
                    "name": "AMETHYST RISK MANAGEMENT LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PWPX-1986-TCYM",
                    "name": "ZIRCON SOFTWARE LIMITED"
                }
            ],
            "relatedLots": [
                "404"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049980-2025"
                },
                {
                    "id": "049981-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "050356-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "054831-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "057529-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059468-2025"
                },
                {
                    "id": "059914-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061517-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "061956-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "071066-2025"
                }
            ]
        },
        {
            "id": "107",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "405"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "049980-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "108",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PLTQ-2211-NYXT",
                    "name": "URBAN FORESIGHT LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "406"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "109",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PLTQ-2211-NYXT",
                    "name": "URBAN FORESIGHT LIMITED"
                },
                {
                    "id": "GB-PPON-PTRG-7566-VJCX",
                    "name": "APPLIED DATA SCIENCE PARTNERS LTD"
                },
                {
                    "id": "GB-PPON-PVBN-9111-RRVJ",
                    "name": "VANTAGEUAV LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PPJH-9736-PQMT",
                    "name": "APACHE IX LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PZTY-3523-HQZX",
                    "name": "AKKODIS UK LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PNCY-8173-VWZZ",
                    "name": "BRAMFITT TECHNOLOGY LABS LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PYJC-8282-BWLJ",
                    "name": "AMETHYST RISK MANAGEMENT LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PWPX-1986-TCYM",
                    "name": "ZIRCON SOFTWARE LIMITED"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "407"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049981-2025"
                },
                {
                    "id": "051752-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "054831-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059468-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061105-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "061956-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "071066-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "110",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "408"
            ],
            "amendments": [
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "111",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PLTQ-2211-NYXT",
                    "name": "URBAN FORESIGHT LIMITED"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PPJH-9736-PQMT",
                    "name": "APACHE IX LIMITED"
                },
                {
                    "id": "GB-PPON-PJTR-2652-DPCL",
                    "name": "INZPIRE LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "409"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049980-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "054831-2025"
                },
                {
                    "id": "057149-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "112",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-12527609",
                    "name": "SQUARCLE CONSULTING LTD"
                },
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PJTR-2652-DPCL",
                    "name": "INZPIRE LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "410"
            ],
            "amendments": [
                {
                    "id": "048328-2025"
                },
                {
                    "id": "057149-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "113",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PMZN-9974-QRMT",
                    "name": "DAC BEACHCROFT LLP"
                },
                {
                    "id": "GB-PPON-PNPG-7838-VNXY",
                    "name": "Winckworth Sherwood LLP"
                },
                {
                    "id": "GB-PPON-PBCM-7251-THQW",
                    "name": "ARGUILE SEARCH LIMITED"
                },
                {
                    "id": "GB-PPON-PNCY-8173-VWZZ",
                    "name": "BRAMFITT TECHNOLOGY LABS LIMITED"
                },
                {
                    "id": "GB-PPON-PYHJ-3355-TXBH",
                    "name": "REAL WIRELESS LTD."
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                }
            ],
            "relatedLots": [
                "411"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049979-2025"
                },
                {
                    "id": "052243-2025"
                },
                {
                    "id": "061104-2025"
                },
                {
                    "id": "061105-2025"
                },
                {
                    "id": "061517-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                }
            ]
        },
        {
            "id": "114",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-12527609",
                    "name": "SQUARCLE CONSULTING LTD"
                },
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PNQM-8935-PYGQ",
                    "name": "IBM UNITED KINGDOM LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PZTM-7319-HQBP",
                    "name": "CLOUDSCALER LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PPJH-9736-PQMT",
                    "name": "APACHE IX LIMITED"
                },
                {
                    "id": "GB-PPON-PNQB-3789-LLDX",
                    "name": "INFORMED SOLUTIONS LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PRRL-9192-HWJX",
                    "name": "OXIDIAN LTD"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PNCY-8173-VWZZ",
                    "name": "BRAMFITT TECHNOLOGY LABS LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "412"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "049980-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "050356-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "054831-2025"
                },
                {
                    "id": "057529-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059914-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061105-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "115",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-12527609",
                    "name": "SQUARCLE CONSULTING LTD"
                },
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PXDH-7267-YHNX",
                    "name": "VE3 GLOBAL LTD"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PLTQ-2211-NYXT",
                    "name": "URBAN FORESIGHT LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PTRG-7566-VJCX",
                    "name": "APPLIED DATA SCIENCE PARTNERS LTD"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PZTM-7319-HQBP",
                    "name": "CLOUDSCALER LIMITED"
                },
                {
                    "id": "GB-PPON-PVBN-9111-RRVJ",
                    "name": "VANTAGEUAV LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PPJH-9736-PQMT",
                    "name": "APACHE IX LIMITED"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PJTR-2652-DPCL",
                    "name": "INZPIRE LIMITED"
                },
                {
                    "id": "GB-PPON-PNQB-3789-LLDX",
                    "name": "INFORMED SOLUTIONS LIMITED"
                },
                {
                    "id": "GB-PPON-PGCJ-9313-QJLY",
                    "name": "ENTSERV UK LIMITED"
                },
                {
                    "id": "GB-PPON-PZTY-3523-HQZX",
                    "name": "AKKODIS UK LIMITED"
                },
                {
                    "id": "GB-PPON-PRRL-9192-HWJX",
                    "name": "OXIDIAN LTD"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PBPQ-6352-VJPD",
                    "name": "SATELLITE APPLICATIONS CATAPULT LIMITED"
                },
                {
                    "id": "GB-PPON-PBCM-7251-THQW",
                    "name": "ARGUILE SEARCH LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PYJC-8282-BWLJ",
                    "name": "AMETHYST RISK MANAGEMENT LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PRWZ-6455-WRLM",
                    "name": "CEGEKA UK LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "413"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "049981-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "050356-2025"
                },
                {
                    "id": "051752-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "054831-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "057149-2025"
                },
                {
                    "id": "057529-2025"
                },
                {
                    "id": "059467-2025"
                },
                {
                    "id": "059468-2025"
                },
                {
                    "id": "059914-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "060331-2025"
                },
                {
                    "id": "061104-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "061956-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "064412-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "116",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PVBN-9111-RRVJ",
                    "name": "VANTAGEUAV LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "414"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "051752-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "068368-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "117",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PVBN-9111-RRVJ",
                    "name": "VANTAGEUAV LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PVWN-9291-QCNM",
                    "name": "NATS (SERVICES) LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "415"
            ],
            "amendments": [
                {
                    "id": "049978-2025"
                },
                {
                    "id": "051752-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "055194-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "118",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PMZN-9974-QRMT",
                    "name": "DAC BEACHCROFT LLP"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PNPG-7838-VNXY",
                    "name": "Winckworth Sherwood LLP"
                },
                {
                    "id": "GB-PPON-PVWN-9291-QCNM",
                    "name": "NATS (SERVICES) LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "416"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "049979-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052243-2025"
                },
                {
                    "id": "055194-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "119",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PVBN-9111-RRVJ",
                    "name": "VANTAGEUAV LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PVWN-9291-QCNM",
                    "name": "NATS (SERVICES) LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "417"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "051752-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "055194-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "120",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PVBN-9111-RRVJ",
                    "name": "VANTAGEUAV LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PDBQ-2316-MNPJ",
                    "name": "BMT LIMITED"
                }
            ],
            "relatedLots": [
                "418"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "051752-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "071821-2025"
                }
            ]
        },
        {
            "id": "121",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYHJ-3355-TXBH",
                    "name": "REAL WIRELESS LTD."
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                }
            ],
            "relatedLots": [
                "419"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061517-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                }
            ]
        },
        {
            "id": "122",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYHJ-3355-TXBH",
                    "name": "REAL WIRELESS LTD."
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                }
            ],
            "relatedLots": [
                "420"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061517-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                }
            ]
        },
        {
            "id": "123",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PHXC-9589-NVNT",
                    "name": "APPLIED SATELLITE TECHNOLOGY LIMITED"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYHJ-3355-TXBH",
                    "name": "REAL WIRELESS LTD."
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "421"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061517-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "124",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYHJ-3355-TXBH",
                    "name": "REAL WIRELESS LTD."
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "422"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061517-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "125",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYHJ-3355-TXBH",
                    "name": "REAL WIRELESS LTD."
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "423"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061517-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "126",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PBJX-4396-TYMY",
                    "name": "ALLAN WEBB LTD"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PZTM-7319-HQBP",
                    "name": "CLOUDSCALER LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PXNJ-1182-BDGZ",
                    "name": "GOACO GROUP LTD"
                },
                {
                    "id": "GB-PPON-PRQN-2658-LDRD",
                    "name": "AWTG LIMITED"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYHJ-3355-TXBH",
                    "name": "REAL WIRELESS LTD."
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRTG-6215-RYQJ",
                    "name": "VODAFONE LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PMNV-5613-PQMY",
                    "name": "SERCO LIMITED"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "424"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049978-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "050356-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "053726-2025"
                },
                {
                    "id": "055193-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061517-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061954-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "063501-2025"
                },
                {
                    "id": "063502-2025"
                },
                {
                    "id": "063503-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        },
        {
            "id": "127",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-10155969",
                    "name": "Scan Associates Ltd"
                },
                {
                    "id": "GB-PPON-PBCH-8892-NJGT",
                    "name": "BARINGA PARTNERS LLP"
                },
                {
                    "id": "GB-PPON-PZHL-3997-DVLG",
                    "name": "TMC3 LIMITED"
                },
                {
                    "id": "GB-PPON-PJTJ-7546-MVYQ",
                    "name": "MONTVIEUX LIMITED"
                },
                {
                    "id": "GB-PPON-PVJY-5829-PLHJ",
                    "name": "RAYTHEON SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PWBL-8853-WQZL",
                    "name": "THE PUBLIC SERVICE CONSULTANTS LIMITED"
                },
                {
                    "id": "GB-PPON-PLTQ-2211-NYXT",
                    "name": "URBAN FORESIGHT LIMITED"
                },
                {
                    "id": "GB-PPON-PBLP-4714-HBJM",
                    "name": "ACTICA CONSULTING LIMITED"
                },
                {
                    "id": "GB-PPON-PYML-4931-ZRYD",
                    "name": "HELYX SECURE INFORMATION SYSTEMS LIMITED"
                },
                {
                    "id": "GB-PPON-PTYN-8621-RWYG",
                    "name": "RC FORNAX PLC"
                },
                {
                    "id": "GB-PPON-PHYV-4665-PNTX",
                    "name": "CGI IT UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYHJ-3355-TXBH",
                    "name": "REAL WIRELESS LTD."
                },
                {
                    "id": "GB-PPON-PBZN-7848-RMXZ",
                    "name": "NSSLGLOBAL LIMITED"
                },
                {
                    "id": "GB-PPON-PRBP-3253-TLZX",
                    "name": "GLOBAL RADIODATA COMMUNICATIONS LTD."
                },
                {
                    "id": "GB-PPON-PZVZ-7296-VJDT",
                    "name": "SKYRORA LIMITED"
                },
                {
                    "id": "GB-PPON-PNBH-1626-LMWZ",
                    "name": "NOVA AEROSPACE LTD"
                },
                {
                    "id": "GB-PPON-PNGY-6876-NPML",
                    "name": "TTP PLC"
                },
                {
                    "id": "GB-PPON-PVQP-7147-CRHL",
                    "name": "TELESPAZIO UK LIMITED"
                },
                {
                    "id": "GB-PPON-PYBV-3859-TBWY",
                    "name": "ENVITIA LTD"
                }
            ],
            "relatedLots": [
                "425"
            ],
            "amendments": [
                {
                    "id": "046698-2025"
                },
                {
                    "id": "048328-2025"
                },
                {
                    "id": "049982-2025"
                },
                {
                    "id": "051753-2025"
                },
                {
                    "id": "052244-2025"
                },
                {
                    "id": "059915-2025"
                },
                {
                    "id": "061517-2025"
                },
                {
                    "id": "061518-2025"
                },
                {
                    "id": "061952-2025"
                },
                {
                    "id": "061955-2025"
                },
                {
                    "id": "062348-2025"
                },
                {
                    "id": "062663-2025"
                },
                {
                    "id": "063069-2025"
                },
                {
                    "id": "063070-2025"
                },
                {
                    "id": "065394-2025"
                },
                {
                    "id": "068368-2025"
                }
            ]
        }
    ]
}