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

Space Enabled and Geospatial Services Extension Notice

  • First published: 27 May 2025
  • Last modified: 27 May 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

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:
ocds-h6vhtk-051676
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
27 May 2025
Deadline date:
10 February 2029
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Crown Commercial Service (CCS) as the Authority intends to put in place a pan government collaborative agreement for the provision of goods and services relating to space-enabled and geospatial technologies. This is designed as a Dynamic Purchasing System agreement (DPS) which offers a simple route to purchase in-scope products and services for the public sector, allowing customers to access a wide range of competition in an emerging market.

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 the duration of the DPS. CCS reserves 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 contract.

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

Other: Public Procurement

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Space Enabled and Geospatial Services Extension Notice

Reference number: RM6235

II.1.2) Main CPV code

72222300

 

II.1.3) Type of contract

Services

II.1.4) Short description

Crown Commercial Service (CCS) as the Authority intends to put in place a pan government collaborative agreement for the provision of goods and services relating to space-enabled and geospatial technologies. This is designed as a Dynamic Purchasing System agreement (DPS) which offers a simple route to purchase in-scope products and services for the public sector, allowing customers to access a wide range of competition in an emerging market.

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 the duration of the DPS. CCS reserves 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 contract.

II.1.5) Estimated total value

Value excluding VAT: 216 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

32210000

32412100

32510000

32530000

38115100

38126000

38221000

38290000

38821000

48614000

72227000

72228000

72254100

72260000

72261000

72262000

72268000

72300000

90711500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The UK Government is seeking to accelerate the uptake of space-enabled and geospatial products and services by government departments. The commercial agreement is to be utilised by Central Government Departments and all other UK bodies, including but not limited to Central Government Departments and their agencies, non departmental public bodies, Devolved administrations, NHS Bodies and providers of services to the NHS, local authorities, police, voluntary sector, charities and/or other private organisations acting as managing agents or procuring on behalf of these public sector bodies. The Authority considers that this opportunity may be suitable for economic operators that are Small or Medium Enterprises (SME’s).

The services offered under this DPS will support customers to access data, technology and solutions that utilise remote geospatial, locational, communication and sensing capabilities of space, aerial and land-based platforms, to maximise public sector services. Customers are able to purchase solutions from commercial 'off the shelf' hardware or software, through to more involved development or data acquisition projects, and to professional services supporting the design, operation or assessment of services and solutions. This agreement specifically serves customer requirements that require specialist knowledge, expertise or capability covering the key sub-categories of the agreement:

requirements that require specialist knowledge, expertise or capability covering the key sub-categories of the agreement:

Space-enabled/satellite communication and broadcasting;

Geospatial, Remote Sensing and PNT (Position Navigation, Timing);

Unmanned Autonomous Vehicles (UAVs);

Upstream Services (professional consulting services only, relating to launch or manufacture capabilities)

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

Start: 09/09/2021

End: 10/02/2029

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 RM6253 Space Enabled and Geospacial Services DPS, 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.

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

Due to the implementation of the PA2023, it has been decided that this DPS will be extended to 10/02/2029

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 the RM6235 – Space Enabled and Geospacial Services DPS Agreement. The procurement bid pack and registration details can be accessed via the following URL address

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

and clicking on RM6235 Space Enabled and Geospacial Services

Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6235 – Space Enabled and Geospacial Services 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=1gMaIEIqEyY&authuser=0

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.

As part of this contract notice the following documents can be accessed at contracts finder link

https://www.contractsfinder.service.gov.uk/Notice/b82ab9c8-cb5a-4cdb-bab6-f1e69d005d88

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.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 10/02/2029

Local time: 23:59

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

EN

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

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 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.

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

19/05/2025

Coding

Commodity categories

ID Title Parent category
32210000 Broadcasting equipment Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
72300000 Data services IT services: consulting, software development, Internet and support
48614000 Data-acquisition system Database systems
90711500 Environmental monitoring other than for construction Environmental impact assessment other than for construction
38221000 Geographic information systems (GIS or equivalent) Geological prospecting apparatus
72228000 Hardware integration consultancy services Systems and technical consultancy services
72222300 Information technology services Information systems or technology strategic review and planning services
38115100 Radar surveillance equipment Radar apparatus
38821000 Radio remote-control apparatus Remote-control equipment
32530000 Satellite-related communications equipment Telecommunications equipment and supplies
72262000 Software development services Software-related services
72227000 Software integration consultancy services Systems and technical consultancy services
72268000 Software supply services Software-related services
72261000 Software support services Software-related services
72260000 Software-related services Software programming and consultancy services
38126000 Surface observing apparatus Meteorological instruments
38290000 Surveying, hydrographic, oceanographic and hydrological instruments and appliances Geological and geophysical instruments
72254100 Systems testing services Software testing
32412100 Telecommunications network Communications network
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.