Notice Information
Notice Title
Digital, Data and Technology (DDaT) Services Framework
Notice Description
Natural Resources Wales (NRW) is establishing a multi-supplier open framework to provide a comprehensive range of digital, data and technology (DDaT) services supporting organisational transformation, innovation and operational delivery. The framework will be procured using the Competitive Flexible Procedure in accordance with the Procurement Act 2023. Services will include, but are not limited to: - Digital Service Design - Data Analytics and AI Services - Platforms, Integration and Development - Cloud, DevOps and Infrastructure Services - Technical Consultancy, Support and Capability Uplift - Agile Delivery and Coaching The framework will have an estimated total value of PS72 million (inc VAT) over a maximum duration of eight years, with up to five suppliers appointed per framework term.
Planning Information
As part of early market engagement, Natural Resources Wales (NRW) is inviting suppliers to participate in a pre-market engagement (PME) exercise to inform the development of a future procurement for a DDaT Services Framework. Suppliers are encouraged to: - Review the PME pack and supporting information - Attend a virtual supplier briefing session - Complete a questionnaire via the Bravo portal; and - Express an interest in booking a 1:1 meeting with the project team The purpose of this engagement is to gather market insight, help shape our approach and ensure suppliers are aware of the upcoming opportunity. Participation is optional and does not form part of any formal evaluation, nor will it affect a supplier's ability to participate in the future procurement. To access the Pre-Market Engagement Pack which includes the Supplier Briefing Details: 1) Register or log in to the eTenderWales portal: https://etenderwales.bravosolution.co.uk/web/login.shtml 2) Once logged in, follow the link below and select 'express interest' to access the PME pack directly: https://etenderwales.bravosolution.co.uk/go/5467812801981D80758B Suppliers are encouraged to review the pack and submit responses to the PME Questionnaire via the Bravo portal by 17:00 on 18th August 2025. If you encounter issues accessing the system please contact the Bravo helpdesk at help@bravosolution.co.uk, or contact the Procurement Lead Amy.Hogan@naturalresourceswales.gov.uk TIMELINES PME Launch: 18th July 2025 Supplier Briefing Session: 30th July 2025 Deadline for Return of PME Questionnaires: 18th August 2025 Optional 1-to-1 supplier meetings: May be arranged based on supplier interest and availability following submission of responses. Conclude PME: 12th September 2025 Procurement launch (anticipated): October 2025
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0561e7
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/078212-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
80 - Education and training services
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
79400000 - Business and management consultancy and related services
80533100 - Computer training services
Notice Value(s)
- Tender Value
- £60,000,000 £10M-£100M
- Lots Value
- £60,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 28 Nov 20252 months ago
- Submission Deadline
- 19 Dec 2025Expired
- Future Notice Date
- 1 Oct 2025Expired
- Award Date
- Not specified
- Contract Period
- 31 May 2026 - 31 May 2029 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NATURAL RESOURCES WALES
- Contact Name
- Amy Hogan
- Contact Email
- amy.hogan@naturalresourceswales.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- CARDIFF
- Postcode
- CF10 3NQ
- Post Town
- Cardiff
- Country
- Wales
-
- Major Region (ITL 1)
- TLL Wales
- Basic Region (ITL 2)
- TLL5 South East Wales
- Small Region (ITL 3)
- TLL52 Cardiff and Vale of Glamorgan
- Delivery Location
- TLL Wales
-
- Local Authority
- Cardiff
- Electoral Ward
- Cathays
- Westminster Constituency
- Cardiff South and Penarth
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/078212-2025
28th November 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/041309-2025
18th July 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/041197-2025
18th July 2025 - Pipeline notice on Find a Tender -
https://etenderwales.ukp.app.jaggaer.com/go/10812852019ACB05C8A6
Invitation to Participate (ITP), Wales Procurement Specific Questionnaire (WPSQ) and Draft Framework Terms
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-0561e7-2025-11-28T15:53:55Z",
"date": "2025-11-28T15:53:55Z",
"ocid": "ocds-h6vhtk-0561e7",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "041197-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/041197-2025",
"datePublished": "2025-07-18T10:06:06+01:00",
"format": "text/html"
},
{
"id": "041309-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/041309-2025",
"datePublished": "2025-07-18T13:41:30+01:00",
"format": "text/html"
}
],
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "As part of early market engagement, Natural Resources Wales (NRW) is inviting suppliers to participate in a pre-market engagement (PME) exercise to inform the development of a future procurement for a DDaT Services Framework. Suppliers are encouraged to: - Review the PME pack and supporting information - Attend a virtual supplier briefing session - Complete a questionnaire via the Bravo portal; and - Express an interest in booking a 1:1 meeting with the project team The purpose of this engagement is to gather market insight, help shape our approach and ensure suppliers are aware of the upcoming opportunity. Participation is optional and does not form part of any formal evaluation, nor will it affect a supplier's ability to participate in the future procurement. To access the Pre-Market Engagement Pack which includes the Supplier Briefing Details: 1) Register or log in to the eTenderWales portal: https://etenderwales.bravosolution.co.uk/web/login.shtml 2) Once logged in, follow the link below and select 'express interest' to access the PME pack directly: https://etenderwales.bravosolution.co.uk/go/5467812801981D80758B Suppliers are encouraged to review the pack and submit responses to the PME Questionnaire via the Bravo portal by 17:00 on 18th August 2025. If you encounter issues accessing the system please contact the Bravo helpdesk at help@bravosolution.co.uk, or contact the Procurement Lead Amy.Hogan@naturalresourceswales.gov.uk TIMELINES PME Launch: 18th July 2025 Supplier Briefing Session: 30th July 2025 Deadline for Return of PME Questionnaires: 18th August 2025 Optional 1-to-1 supplier meetings: May be arranged based on supplier interest and availability following submission of responses. Conclude PME: 12th September 2025 Procurement launch (anticipated): October 2025",
"dueDate": "2025-09-12T23:59:59+01:00",
"status": "scheduled"
}
]
},
"parties": [
{
"id": "GB-PPON-PBBR-3628-MPRN",
"name": "Natural Resources Wales",
"identifier": {
"scheme": "GB-PPON",
"id": "PBBR-3628-MPRN"
},
"address": {
"streetAddress": "Welsh Government Offices Cathays Park",
"locality": "Cardiff",
"postalCode": "CF10 3NQ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKL22"
},
"contactPoint": {
"name": "Amy Hogan",
"email": "Amy.Hogan@naturalresourceswales.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://naturalresourceswales.gov.uk",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
},
{
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"id": "GB-WLS",
"description": "Welsh devolved regulations apply"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PBBR-3628-MPRN",
"name": "Natural Resources Wales"
},
"tender": {
"id": "57387",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Digital, Data and Technology (DDaT) Services Framework",
"description": "Natural Resources Wales (NRW) is establishing a multi-supplier open framework to provide a comprehensive range of digital, data and technology (DDaT) services supporting organisational transformation, innovation and operational delivery. The framework will be procured using the Competitive Flexible Procedure in accordance with the Procurement Act 2023. Services will include, but are not limited to: - Digital Service Design - Data Analytics and AI Services - Platforms, Integration and Development - Cloud, DevOps and Infrastructure Services - Technical Consultancy, Support and Capability Uplift - Agile Delivery and Coaching The framework will have an estimated total value of PS72 million (inc VAT) over a maximum duration of eight years, with up to five suppliers appointed per framework term.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
},
{
"scheme": "CPV",
"id": "80533100",
"description": "Computer training services"
}
],
"deliveryAddresses": [
{
"region": "UKL",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKL",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKL",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 72000000,
"amount": 60000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"isOpenFrameworkScheme": true,
"maximumParticipants": 5,
"method": "withAndWithoutReopeningCompetition",
"type": "closed",
"description": "The framework will operate with up to five suppliers appointed to deliver digital, data and technology services for up to eight years. Contracts will be awarded either by award without further competition, where requirements, scope and value can be clearly identified and an award without competition criteria applied to the suppliers' tender for the framework agreement or through a competitive selection process. Each supplier will provide a rate card setting maximum daily rates for key roles. Call-off prices will be determined through competition or agreed discounts to achieve value for money. Competitive selection process will be evaluated on the Most Advantageous Tender basis, considering quality, price, approach and sustainability. The framework will be reopened once during its term, approximately six months before the end of year 3, with the refreshed framework commencing at the start of year 4, to maintain compeition and market alignment. Existing suppliers will be required to reapply if they wish to continue.",
"openFrameworkSchemeEndDate": "2034-05-31T23:59:59+01:00"
}
},
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-06-01T00:00:00+01:00",
"endDate": "2029-05-31T23:59:59+01:00",
"maxExtentDate": "2034-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"status": "active",
"value": {
"amountGross": 72000000,
"amount": 60000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Cost",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 7
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Suppliers must confirm their legal entity status and eligibility to contract in the United Kingdom. Suppliers must also meet the Carbon Reduction Plan requirements specified in Part 4 of the WPSQ. Suppliers who do not meet this requirement will be excluded. Financial standing will be assessed using the WPSQ in accordance with the principles of proportionality under the Procurement Act 2023. This assessment will include review of audited accounts (or equivalent evidence), financial ratios, turnover thresholds, and an independent credit check to confirm that suppliers have sufficient financial capacity and stability to deliver the framework requirements. Suppliers who do not meet the mandatory financial criteria or thresholds will be excluded unless they provide a suitable guarantor who meets the relevant requirements."
},
{
"type": "technical",
"description": "Suppliers must demonstrate relevant technical and professional capability to deliver digital, data and technology services. Assessment will be undertaken through the WPSQ, including four scored technical questions covering: - Relevant Experience - Technical and Professional Ability - Capacity and Resources - Sustainability and Innovation Each question includes a minimum threshold. Only suppliers meeting all thresholds will be considered. The 7 highest-scoring suppliers will be shortlisted and invited to tender."
},
{
"description": "Suppliers will be assessed using the Wales Procurement Specific Questionnaire (WPSQ). Stage 1 includes mandatory pass / fail checks (legal, financial, exclusion, and carbon reduction commitments) and four scored technical questions covering relevant experience, technical and professional ability, capacity and resources, and sustainability and innovation. Suppliers will be ranked on their total weighted score, and up to seven highest scoring suppliers will be invited to tender.",
"forReduction": true
}
]
}
}
],
"communication": {
"futureNoticeDate": "2025-10-01T23:59:59+01:00"
},
"status": "active",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The procedure comprises two stages: Stage 1 - Invitation to Participate (Selection Stage) Suppliers will complete the Wales Procurement Specific Questionnaire (WPSQ), assessing legal, financial and technical capability. Mandatory pass / fail criteria will apply. Suppliers will also respond to scored technical questions assessing relevant experience, capability and alignment with NRW DDaT objectives. NRW intends to shortlist up to 7 highest scoring suppliers to be invited to Stage 2. Stage 2 - Invitation to Tender (Tender Stage) Shortlisted suppliers will submit an initial tender response, including outline technical and commercial proposals. Suppliers will also deliver a presentation to the evaluation panel (not scored) to support clarification and refinement during dialogue. Structured dialogue and/or negotiation may then be undertaken with suppliers to refine requirements, proposed approaches, commercial models and innovation opportunities. Dialogue will be open, fair and transparent. Following any dialogue, suppliers will be invited to submit final tenders based on the refined requirements and confirmed award criteria. Final tenders will be evaluated to identify the Most Advantageous Tender, and up to five suppliers will be appointed to the framework. Framework Reopening The open framework will be reopened once during the term to maintain market alignment and capability. The further competition will occur approximately six months before the end of year 3, with the further open framework commencing at the start of year 4 and for the remaining 5 years. The maximum duration of the open framework will be 8 years. Procedure Governance NRW may adjust, merge or omit procedural elements where proportionate and necessary. Any changes will be communicated transparently and applied consistently in accordance with the Procurement Act 2023."
},
"participationFees": [
{
"id": "ocds-h6vhtk-0561e7",
"type": [
"win"
],
"relativeValue": {
"proportion": 0.05,
"monetaryValue": "award"
},
"description": "A 5 percent contribution, linked to the value of call-off contracts, will apply for the purposes of establishing an Innovation Fund as further set out in the procurement documents."
}
],
"submissionMethodDetails": "All submissions must be made electronically via the eTenderWales portal: https://etenderwales.ukp.app.jaggaer.com/go/10812852019ACB05C8A6 Interested suppliers must register on the portal to access the procurement documents and submit responses. No submissions will be accepted by email or post. Suppliers should ensure their registration is active and that they are familiar with the eTenderWales system in advance of the submission deadline. Any clarifications or communications must also be submitted through the secure messaging function within the eTenderWales portal.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en",
"cy"
]
},
"expressionOfInterestDeadline": "2026-01-05T14:00:00+00:00",
"enquiryPeriod": {
"endDate": "2025-12-19T14:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-05-29T23:59:59+01:00"
},
"documents": [
{
"id": "L-4",
"documentType": "biddingDocuments",
"description": "Invitation to Participate (ITP), Wales Procurement Specific Questionnaire (WPSQ) and Draft Framework Terms",
"url": "https://etenderwales.ukp.app.jaggaer.com/go/10812852019ACB05C8A6"
},
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "Procurement documents are available via the eTenderWales portal. Suppliers must be registered on the portal and must express an interest in the project in order to view the full suite of documents and to receive any updates or clarifications issued during the procurement. To participate: 1) Register or log in to the eTenderWales portal: https://etenderwales.ukp.app.jaggaer.com/web/login.shtml 2) Once logged in, select 'Express Interest' in this opportunity using the following link: https://etenderwales.ukp.app.jaggaer.com/go/10812852019ACB05C8A6 Following evaluation of Stage 1 submissions, shortlisted suppliers will receive the Invitation to Tender (ITT) and any associated documents via the same platform."
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "078212-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/078212-2025",
"datePublished": "2025-11-28T15:53:55Z",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "Payment will be made within 30 days of receipt of a valid, undisputed invoice."
},
"riskDetails": "Risks to contract performance may arise from technological change, updates to digitial or cyber security standards, regulatory or policy changes, market or supplier instability, and shortages in specialist skills. Additional risks include changes to cloud or hosting environments, interoperability challenges, increased data governance requirements, dependency on external partners, operational resilience issues (such as cyber incidents or outages), and the impact of emerging technologies or funding changes. These risks will be managed through established framework governance."
},
"language": "en"
}