Opportunity

Spark — The Technology Innovation Marketplace

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F02: Contract notice

Notice reference: 2022/S 000-007067

Published 15 March 2022, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3150103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://supplierregistration.cabinetoffice.gov.uk/dps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierregistration.cabinetoffice.gov.uk/dps

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Other activity

Public Procurement


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Spark — The Technology Innovation Marketplace

Reference number

RM6094

two.1.2) Main CPV code

  • 30200000 - Computer equipment and supplies

two.1.3) Type of contract

Supplies

two.1.4) Short description

Crown Commercial Service (CCS) set up a dynamic purchasing system for a period of 48 months and invited bidders to request to participate for the Spark — The Technology Innovation Marketplace DPS. This DPS provides central government and wider public sector departments the opportunity to procure an extensive range of innovative technology products and services. The four (4) distinct elements of the DPS service filters are subject/problem area, delivery method (technology type), geographical location and security level. Appointed Suppliers will be invited by customers (buyers) to submit tenders for relevant services through a call for competition.

This notice is to advise this DPS has been extended until 15/04/2023 based on current spend profiling there is no need to increase the total value.

two.1.5) Estimated total value

Value excluding VAT: £650,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 30162000 - Smart cards
  • 30210000 - Data-processing machines (hardware)
  • 30211100 - Super computer
  • 30212000 - Minicomputer hardware
  • 30215000 - Microcomputer hardware
  • 30216000 - Magnetic or optical readers
  • 30220000 - Digital cartography equipment
  • 30230000 - Computer-related equipment
  • 30231000 - Computer screens and consoles
  • 30232000 - Peripheral equipment
  • 30232100 - Printers and plotters
  • 30233000 - Media storage and reader devices
  • 30236000 - Miscellaneous computer equipment
  • 30237000 - Parts, accessories and supplies for computers
  • 31712000 - Microelectronic machinery and apparatus and microsystems
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 32260000 - Data-transmission equipment
  • 32270000 - Digital transmission apparatus
  • 32333000 - Video recording or reproducing apparatus
  • 32340000 - Microphones and loudspeakers
  • 32400000 - Networks
  • 32420000 - Network equipment
  • 32500000 - Telecommunications equipment and supplies
  • 32510000 - Wireless telecommunications system
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 34144900 - Electric vehicles
  • 34150000 - Simulators
  • 34711200 - Non-piloted aircraft
  • 34933000 - Navigation equipment
  • 35700000 - Military electronic systems
  • 38100000 - Navigational and meteorological instruments
  • 38221000 - Geographic information systems (GIS or equivalent)
  • 38650000 - Photographic equipment
  • 42960000 - Command and control system, printing, graphics, office automation and information-processing equipment
  • 45314000 - Installation of telecommunications equipment
  • 45314320 - Installation of computer cabling
  • 48000000 - Software package and information systems
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 51300000 - Installation services of communications equipment
  • 51610000 - Installation services of computers and information-processing equipment
  • 64210000 - Telephone and data transmission services
  • 71316000 - Telecommunication consultancy services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72212460 - Analytical, scientific, mathematical or forecasting software development services
  • 72212482 - Business intelligence software development services
  • 72220000 - Systems and technical consultancy services
  • 72222300 - Information technology services
  • 72240000 - Systems analysis and programming services
  • 72244000 - Prototyping services
  • 72253000 - Helpdesk and support services
  • 72300000 - Data services
  • 72500000 - Computer-related services
  • 73400000 - Research and Development services on security and defence materials
  • 73410000 - Military research and technology
  • 73421000 - Development of security equipment
  • 73422000 - Development of firearms and ammunition
  • 73423000 - Development of military vehicles
  • 73424000 - Development of warships
  • 73425000 - Development of military aircrafts, missiles and spacecrafts
  • 73426000 - Development of military electronic systems
  • 73431000 - Test and evaluation of security equipment
  • 73432000 - Test and evaluation of firearms and ammunition
  • 73434000 - Test and evaluation of warships
  • 73435000 - Test and evaluation of military aircrafts, missiles and spacecrafts
  • 73436000 - Test and evaluation of military electronic systems
  • 80533000 - Computer-user familiarisation and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The supplier shall have the ability to provide innovative technology products and services to central government and wider public sector departments

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Customers may enter into a contract with a supplier for a period of their determining which may exceed the RM6094 Spark DPS Agreement, should this agreement be terminated at any time. The flexibility of the contracting period allows customers (Buyers) to determine appropriate contracting timelines required to enable the supplier to meet customer needs.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

This is an extension of 12 months following the initial period of 48 months


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on RM6094 — Spark — The Technology Innovation Marketplace DPS. The procurement bid pack and registration details can be accessed via the following URL address https://supplierregistration.cabinetoffice.gov.uk/dps and be selecting the “Technology” link. Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6094 DPS Agreement please select the “Access as a Supplier” link which can be located at the URL address above. An example of how to register for the DPS platform can be found at the following youtube generic guide https://www.youtube.com/watch?v=cngu3vHP7ug&feature=youtu.be

Please note that to register you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. The procurement will be managed electronically via CCS. The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this DPS Agreement. This procurement offering does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS. As part of this Contract Notice the bid pack and the following documents can be accessed at the link provided below: 1) Contract Notice authorised customer list; 2) Rights reserved for CCS DPS Agreement https://www.contractsfinder.service.gov.uk/Notice/b683d618-769a-4bea-90ad-51bda7f70ae9

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

14 April 2023

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

This DPS has been extended for 12 Months. The reasoning for this is to establish market requirements for a replacement.

The value provided in Section II.1.5) is only an estimate. The Authority cannot guarantee to suppliers any business through this DPS Agreement. The Authority expressly reserves the right:

(i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and

(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the customer be liable for any costs incurred by the suppliers.

(iii) to make changes to the management charge applicable to this DPS in relation to both the percentage charged and the methodology used.

We consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply at the call for competition.

It is the Supplier’s responsibility to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.

On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact on this requirement. The link below to Gov.uk provides information on the GSC at:

https://www.gov.uk/government/publications/government-security-classifications.

Cyber Essentials is a mandatory requirement for central government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/