Scope
Reference
57387
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 £72 million (inc VAT) over a maximum duration of eight years, with up to five suppliers appointed per framework term.
Commercial tool
Establishes an open framework
Total value (estimated)
- £60,000,000 excluding VAT
- £72,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 June 2026 to 31 May 2029
- 3 years
Main procurement category
Services
CPV classifications
- 72000000 - IT services: consulting, software development, Internet and support
- 79400000 - Business and management consultancy and related services
- 80533100 - Computer training services
Contract locations
- UKL - Wales
Framework
Open framework scheme end date (estimated)
31 May 2034
Maximum number of suppliers
5
Maximum percentage fee charged to suppliers
5%
Further information about fees
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.
Framework operation 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.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Legal and financial capacity conditions of participation
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.
Technical ability conditions of participation
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.
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
19 December 2025, 2:00pm
Submission type
Requests to participate
Deadline for requests to participate
5 January 2026, 2:00pm
Submission address and any special instructions
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.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
- Welsh
- English
Suppliers to be invited to tender
5 to 7 suppliers
Selection criteria:
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.
Award decision date (estimated)
29 May 2026
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Cost | Cost | 50.00% |
| Quality | Quality | 40.00% |
| Social Value | Quality | 10.00% |
Other information
Payment terms
Payment will be made within 30 days of receipt of a valid, undisputed invoice.
Description of risks to contract performance
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.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
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.
Documents
Associated tender documents
https://etenderwales.ukp.app.jaggaer.com/go/10812852019ACB05C8A6
Invitation to Participate (ITP), Wales Procurement Specific Questionnaire (WPSQ) and Draft Framework Terms
Documents to be provided after the tender notice
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.
Contracting authority
Natural Resources Wales
- Public Procurement Organisation Number: PBBR-3628-MPRN
Welsh Government Offices Cathays Park
Cardiff
CF10 3NQ
United Kingdom
Contact name: Amy Hogan
Email: Amy.Hogan@naturalresourceswales.gov.uk
Website: http://naturalresourceswales.gov.uk
Region: UKL22 - Cardiff and Vale of Glamorgan
Organisation type: Public authority - central government
Devolved regulations that apply: Wales