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