Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Spark — The Technology Innovation Marketplace

  • First published: 18 February 2026
  • Last modified: 18 February 2026
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
18 February 2026
Deadline date:
15 February 2029
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 15/02/2029 based on current spend profiling there is no need to increase the total value.

Full notice text

Contract notice

Section I: Contracting authority

I.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

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Spark — The Technology Innovation Marketplace

Reference number: RM6094

II.1.2) Main CPV code

30200000

 

II.1.3) Type of contract

Supplies

II.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 15/02/2029 based on current spend profiling there is no need to increase the total value.

II.1.5) Estimated total value

Value excluding VAT: 650 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

30162000

30210000

30211100

30212000

30215000

30216000

30220000

30230000

30231000

30232000

30232100

30233000

30236000

30237000

31712000

32000000

32260000

32270000

32333000

32340000

32400000

32420000

32500000

32510000

33000000

34000000

34144900

34150000

34711200

34933000

35700000

38100000

38221000

38650000

42960000

45314000

45314320

48000000

50300000

51300000

51610000

64210000

71316000

72000000

72212460

72212482

72220000

72222300

72240000

72244000

72253000

72300000

72500000

73400000

73410000

73421000

73422000

73423000

73424000

73425000

73426000

73431000

73432000

73434000

73435000

73436000

80533000

II.2.3) Place of performance

NUTS code:

UK

II.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

II.2.5) Award criteria

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

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

End: 15/02/2029

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

This is to advise that a 27 month extension has been utilised and the end date is now 15/02/2029.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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

The procurement involves the setting up of a dynamic purchasing system

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2025/S 000-007545

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

Date: 15/02/2029

Local time: 23:59

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

EN

IV.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 VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

This DPS was created for an initial 3 years: 16/04/2019 - 15/04/2022

The following extensions have been utilised:

1st extension: 16/04/2022 - 15/04/2023 (1 year)

2nd extension: 16/04/2023 - 15/04/2025 (2 years)

3rd extension: 15/04/2025 - 15/11/2026 (19 month)

The reasoning for this is to establish market requirements for a replacement.

The DPS has been extended for a final time and the end date is now 15/02/2029

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.

VI.4) Procedures for review

VI.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

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

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

VI.5) Date of dispatch of this notice

17/02/2026

Coding

Commodity categories

ID Title Parent category
72212460 Analytical, scientific, mathematical or forecasting software development services Programming services of application software
72212482 Business intelligence software development services Programming services of application software
42960000 Command and control system, printing, graphics, office automation and information-processing equipment Miscellaneous general and special-purpose machinery
30200000 Computer equipment and supplies Office and computing machinery, equipment and supplies except furniture and software packages
30231000 Computer screens and consoles Computer-related equipment
30230000 Computer-related equipment Computer equipment and supplies
72500000 Computer-related services IT services: consulting, software development, Internet and support
80533000 Computer-user familiarisation and training services Vocational training services
72300000 Data services IT services: consulting, software development, Internet and support
30210000 Data-processing machines (hardware) Computer equipment and supplies
32260000 Data-transmission equipment Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
73422000 Development of firearms and ammunition Pre-feasibility study and technological demonstration
73425000 Development of military aircrafts, missiles and spacecrafts Pre-feasibility study and technological demonstration
73426000 Development of military electronic systems Pre-feasibility study and technological demonstration
73423000 Development of military vehicles Pre-feasibility study and technological demonstration
73421000 Development of security equipment Pre-feasibility study and technological demonstration
73424000 Development of warships Pre-feasibility study and technological demonstration
30220000 Digital cartography equipment Computer equipment and supplies
32270000 Digital transmission apparatus Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
34144900 Electric vehicles Special-purpose motor vehicles
38221000 Geographic information systems (GIS or equivalent) Geological prospecting apparatus
72253000 Helpdesk and support services System and support services
72222300 Information technology services Information systems or technology strategic review and planning services
45314320 Installation of computer cabling Installation of telecommunications equipment
45314000 Installation of telecommunications equipment Electrical installation work
51300000 Installation services of communications equipment Installation services (except software)
51610000 Installation services of computers and information-processing equipment Installation services of computers and office equipment
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
30216000 Magnetic or optical readers Data-processing machines (hardware)
30233000 Media storage and reader devices Computer-related equipment
33000000 Medical equipments, pharmaceuticals and personal care products Materials and Products
30215000 Microcomputer hardware Data-processing machines (hardware)
31712000 Microelectronic machinery and apparatus and microsystems Electronic equipment
32340000 Microphones and loudspeakers Television and radio receivers, and sound or video recording or reproducing apparatus
35700000 Military electronic systems Security, fire-fighting, police and defence equipment
73410000 Military research and technology Research and Development services on security and defence materials
30212000 Minicomputer hardware Data-processing machines (hardware)
30236000 Miscellaneous computer equipment Computer-related equipment
34933000 Navigation equipment Marine equipment
38100000 Navigational and meteorological instruments Laboratory, optical and precision equipments (excl. glasses)
32420000 Network equipment Networks
32400000 Networks Radio, television, communication, telecommunication and related equipment
34711200 Non-piloted aircraft Helicopters and aeroplanes
30237000 Parts, accessories and supplies for computers Computer-related equipment
30232000 Peripheral equipment Computer-related equipment
38650000 Photographic equipment Optical instruments
30232100 Printers and plotters Peripheral equipment
72244000 Prototyping services Systems analysis and programming services
32000000 Radio, television, communication, telecommunication and related equipment Technology and Equipment
50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment Repair and maintenance services
73400000 Research and Development services on security and defence materials Defence and security
34150000 Simulators Motor vehicles
30162000 Smart cards Magnetic cards
48000000 Software package and information systems Computer and Related Services
30211100 Super computer Mainframe computer
72240000 Systems analysis and programming services Software programming and consultancy services
72220000 Systems and technical consultancy services Software programming and consultancy services
71316000 Telecommunication consultancy services Consultative engineering and construction services
32500000 Telecommunications equipment and supplies Radio, television, communication, telecommunication and related equipment
64210000 Telephone and data transmission services Telecommunications services
73432000 Test and evaluation of firearms and ammunition Test and evaluation
73435000 Test and evaluation of military aircrafts, missiles and spacecrafts Test and evaluation
73436000 Test and evaluation of military electronic systems Test and evaluation
73431000 Test and evaluation of security equipment Test and evaluation
73434000 Test and evaluation of warships Test and evaluation
34000000 Transport equipment and auxiliary products to transportation Transport and Related Services
32333000 Video recording or reproducing apparatus Apparatus for sound, video-recording and reproduction
32510000 Wireless telecommunications system Telecommunications equipment and supplies

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.