Contract

Provision of Dynamic Systems

  • Crown Commercial Service

UK7: Contract details notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-061221

Procurement identifier (OCID): ocds-h6vhtk-059d31 (view related notices)

Published 1 October 2025, 11:13am



Scope

Reference

CCTS25B56

Description

Crown Commercial Service (CCS) is seeking to establish a single

agreement for the ongoing provision of a digital platform for the

support and maintenance of registration and sign in services, support

and maintenance of existing Dynamic Purchasing Systems and LVPS

(Low Value Purchase System), functionality to support the delivery of

new Dynamic Markets and the provision of the Modern Slavery

Assessment Tool (MSAT).

The contract is designed to be a replacement to consolidate existing

service requirements, which are currently delivered via two separate

contracts, RM6101 CCS & CCSO24A27-1, into one combined

agreement for all required services. The new agreement should cover

the term 1st October 2025 through until no later than 28th February

2029.


Contract 1. Provision of Dynamic Systems

Supplier

Contract value

  • £1,600,000 excluding VAT
  • £1,920,000 including VAT

Above the relevant threshold

Date signed

30 September 2025

Contract dates

  • 1 October 2025 to 28 February 2029
  • 3 years, 5 months

Main procurement category

Services

CPV classifications

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

Contract locations

  • UK - United Kingdom

Key performance indicators

Name Description
Availability

The Supplier System and the Operational Services shall be Available

≥ 99% of the time during the relevant Service Period

96% in a Service Period

2% for each percent (or part thereof) below the OSL

Help Desk Availability

≥ 90% of calls to the Helpdesk Service answered in ≤ 30 seconds

during the relevant Service Period and≥ 98% of calls to the Helpdesk

Service answered ≤ 60 seconds during the relevant Service...

System Response Time

The Supplier System Response Time (including, for the avoidance of

doubt, the time taken for any necessary processing) shall be on

average within ≤ 5 seconds variance during a Service Period.

> 10...


Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Direct award

Direct award justification

  • Single supplier - technical reasons
  • Additional or repeat goods, services or works - extension or partial replacement

Following the introduction of PA23, all DPS' that have been let under

PCR2015 must expire no later than 24 February 2029. Given that

these DPS' are live procurements and are on a platform which has

been integrated with CDP, the cost and time of change would be

significant therefore due to technical and legislative reasons a direct

award to the incumbent supplier, to maintain continuity, is the best

option.


Supplier

NQC LIMITED

  • Companies House: 04854362
  • Public Procurement Organisation Number: PMRC-4557-DPTJ

Paragon Mill, Jersey Street, Ancoats

Manchester

M4 6JA

United Kingdom

Region: UKD33 - Manchester

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Provision of Dynamic Systems


Contracting authority

Crown Commercial Service

  • Public Procurement Organisation Number: PBZB-4962-TVLR

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

United Kingdom

Telephone: +44 3454102222

Email: supplier@crowncommercial.gov.uk

Website: https://www.gov.uk/ccs

Region: UKD72 - Liverpool

Organisation type: Public authority - central government