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