Opportunity

SPARK

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

F02: Contract notice

Notice reference: 2022/S 000-007068

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

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

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

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) is setting up a dynamic purchasing system for a

period of 48 months and is inviting bidders to request to participate for the Spark —

The Technology Innovation Marketplace DPS. This DPS will provide 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. If you are successfully

appointed to the DPS following your submission you will be invited by customers

(buyers) to submit tenders for relevant services through a call for competition. This

DPS remains open for any supplier to request to participate throughout its 48 month

duration. CCS reserve the right to reduce, extend or terminate the DPS period at any

time during its lifetime in accordance with the terms set out in the DPS Agreement.

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
  • 31154000 - Uninterruptible power supplies
  • 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
  • 73433000 - Test and evaluation of military vehicles
  • 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

48

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 — The Technology Innovation Marketplace 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


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-90ad51bda7f70ae9

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.1.8) 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

15 April 2022

Local time

5:00pm

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

English


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

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.

We consider that the Transfer of Undertakings (Protection of Employment)

Regulations 2006 ("TUPE") may apply at the call for competition.

It is the suppliers responsibility to take your own advice and consider whether TUPE is

likely to apply in the particular circumstances of the contract and to act accordingly.

six.4) Procedures for review

six.4.1) Review body

Crown Commercial Service

9th Floor The Capital, Old Hall Street

Liverpool

L3 9PP

Email

info@crowncommercial.gov.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

There is no right of appeal in this procurement. If you have a complaint or seek to

challenge the outcome, please follow the guidance on procedure contained in the

previous section.