386 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Gateway Housing Association. The financial ability to deliver the programme, including Insurers with a minimum rating of ‘BBB’ from standard and poor, ‘B++’ from A M best, or an equivalent rating by an independent and reputable credit rating agency and approved by the bidder’s market security committee. In the case of any rating less than A-, the contracting authority will evaluate and accept the nominated insurer(s) at its sole discretion, subject to disclosure and acceptance prior to the ITT bid deadline of the bidder’s market security committee’s latest report, including written recommendation from the bidder’s market security committee. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Insurance-services./67456XNKR3 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/67456XNKR3
£3,549,000
Contract value
NHS Supply Chain: Food is planning to establish a Framework Agreement for the supply of products including but not limited to: Frozen and Chilled Bulk ready meals, frozen and chilled snacking/mini ready meals, finger food and chilled and frozen individual cakes and puddings, soups, main entrees, vegetables, breakfast items, religious/cultural meals, texture modified meals, therapeutic diet and paediatric meals, chilled, frozen or ambient ready prepared meals that are suitable for the use in retail or restaurant services settings. The Framework Agreement is expected to be divided into lots. The lotting structure of the current Framework is: Lot 1 - Standard Ready Prepared Meals Lot 2 - Specialist Ready Prepared Meals Lot 3 - Retail Ready Prepared Meals Lot 4 - Small Community and Mental Health Site Provision Final lot structure and scope will be detailed in the future tender notice. The current intention is to use a Framework Agreement. However, NHS Supply Chain: Food reserves the right to adopt a different procurement approach if deemed more suitable. Note: For future tenders the following requirements will apply: • Micron2 Food Safety Accreditation • Modern Slavery: Tenderers that have an annual turnover of at least £36 million must provide a link to their modern slavery statement on their website • Modern Slavery Assessment Tool (MSAT): Tenderers must have a score of 41% or above within 12 months of the Tender Close Date via https://supplierregistration.cabinetoffice.gov.uk/ • Evergreen Sustainable Supplier Assessment: Tenderers will need to have completed the assessment and within 12 months of the Tender Close Date. Link for instructions and access for this assessment: https://www.england.nhs.uk/nhscommercial/centralcommercial-function-ccf/evergreen/ • Carbon Reduction Plan (CRP): Tenderers must have a valid CRP link on their website that meets the requirements of PPN 006 as outlined in the PPN, OR where Supplier has no website, the CRP is provided in PDF format that meets the requirements of PPN 006 as outlined in the PPN, OR excused in exceptional circumstances. CRP has to be dated within the 12 months prior to tender close date.
Value undisclosed
NHS Supply Chain intends to launch a National Framework Agreement for the provision of Diagnostic and Capital Equipment and Related Accessories and Services, that includes the following: Patient Monitoring Equipment Anaesthesia Equipment Ventilator Equipment Neonatal Equipment Adult Phototherapy Devices Electrosurgical Equipment Medical Lasers Architectural Surgical Medical Systems Stretcher, Trolleys and Patient Transfer Equipment Operating and Mobile Interventional Radiology Tables Electrocardiograph (ECG) Devices and Management Systems Ambulatory Monitoring, Wearable Recorder Devices and Related Services Exercise Tolerance Testing (ETT), Cardiopulmonary Exercise Testing (CPET), and Pulmonary Function Testing (PFT) Systems Radiotherapy Treatment Systems and IT Radiotherapy Ancillary Devices Including Dosimetry, Patient Positioning And Quality Assurance Devices Nuclear Medicine Bladder Scanners Specimen Cabinets Brachytherapy Seeds Selective Internal Radiation Therapy (SIRT) Surgical Robotic Equipment Specialist Robots Surgical Navigation Systems Respiratory and Thoracic Scopes Gastrointestinal (GI) Scopes Ear, Nose and Throat (ENT) Scopes Urology/ Gynaecology Scopes General Laparoscopy Scopes Arthroscopy Scopes Camera Stacks Specialist Scopes Endoscopy Decontamination Equipment Centralised Decontamination Equipment Water Treatment Imaging Ultrasound Fusion Biopsies Non-Imaging Ultrasound CT Scanners MRI scanners Fluoroscopy Mobile Image Intensifiers Contrast Injectors Lithotripsy Mammography Imaging Systems DEXA scanners Mobile and Static X-ray Systems Clinical and Pathology Microscopes Angiography Systems Angiography Managed Services Mobile and Relocatable Catheterisation Laboratories Wearable Radiation Protection Products In order to participate on our tenders please see our key requirements below: •ISO Certification: Tenderers must have ISO 9001: 2015 or BS EN ISO 13485:2016 or Medical Device Single Audit Program (MDAP) accredited by the United Kingdom Accreditation Service (or international equivalent) to cover all segments of the Tenderer’s and the product’s supply chain. This should include, but not be limited to, sales, manufacturing, storage and distribution ('ISO Certification') Link for acceptable alternatives https://iaf.nu/en/accreditation-bodies/ (‘Notified Bodies’) •CE Certification and Declaration of Conformity certificates are required where applicable to be presented at submission stage of the tender. •Modern Slavery for Tenderers that have an annual turnover of at least £36 million must have a link to their modern slavery statement on their website •Modern Slavery Assessment Tool (MSAT) Tenderers must have a score of 41% or above within 12 months prior to the tender close date via https://supplierregistration.cabinetoffice.gov.uk/ •Evergreen Sustainable Supplier Assessment – Tenderers will need to have completed the assessment and achieved Level 1 (or higher) within 12 months prior to the tender close date. Link for instructions and access for this assessment: https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/ •Carbon Reduction Plan (CRP): Tenders must have a valid CRP link on their website that meets the requirements of PPN 006 as outlined in the PPN, OR Where Supplier has no website, the CRP is provided in PDF format that meets the requirements of PPN 006 as outlined in the PPN, OR Excused in exceptional circumstances •Cyber Security: If you handle patient or personal data, or provide any IT systems, services, or devices you will be need to have a Cyber Security Essentials Plus Certificate. •Additional information- https://www.supplychain.nhs.uk/suppliers/useful-information
£10,807,213,834.82
Contract value
NHS England (NHSE) are seeking to extend the existing DPS to support the national approach to the digitisation of Lloyd George records in GP practices. Corresponding TED notice reference is 2020/S 027-063375 published on 7 August 2020. The National Commercial & Procurement Hub (on behalf of NHSE) is seeking suitably experienced and qualified suppliers to join a Dynamic Purchasing System (DPS) as the vehicle for the procurement of digitisation services for NHS Integrated Care Boards (ICB's), and other Contracting Authorities identified on a regional or local basis. The DPS will be divided into three Categories (Lots): Lot 1 Scanning services Lot 2 Integration with foundation clinical system Lot 3 Scanning services/integration with foundation clinical system (being the aggregate subject-matter of Lots 1 and 2). Suppliers interested in performing the services covered by both Lots 1 and 2, may apply for Lot 3 in addition to applying for both Lots 1 and 2. The awarding of specific contracts will be via invitation to tender to Suppliers listed on the established DPS. Contracting Authorities will be able to use the DPS to award specific contracts by inviting suppliers listed to compete via an ITT. Full details and procurement documents can be found on Atamis after supplier registration by accessing via the reference and link below. DPS for digitisation of Lloyd George records Reference C299199 https://atamis-1928.my.site.com/s/Welcome
£90,000,000
Contract value
Crown Commercial Service (CCS), as the Authority is intending to put in place a collaborative agreement, designed to deliver a Digital Payments & Associated Data Services framework, accessible to all of the Public Sector. This forthcoming framework which aims to drive Payments and Financial Data innovation, is intended to simplify, accelerate, and enhance access to solutions. It will provide a compliant procurement route to market that delivers value and innovation, moving towards a future where financial data provides actionable intelligence. The procurement of this framework will be let under the new Procurement Act 2023 Regulations and will be designed to cover a broad spectrum of Digital Payments and Associated Data Services, including: ● Digital Payment Management: Handling the processing and administration of both incoming and outgoing digital payments. ● High-Volume Transaction Capabilities: Facilitating the execution of large-scale, bulk payment types ● Enhanced Security and Data Insights: Using financial data to provide operational transparency, minimise processing errors, and effectively reduce fraud. To inform the design and development of this new framework, CCS will conduct extensive market consultation and engagement, commencing in March 2026 and running through to September 2026. This period of consultation is designed to: ● Gather insights from Industry Experts, Buyers and Suppliers, to shape the final procurement strategy. ● Discuss and validate the potential requirements for the resulting framework. ● Provide a platform for prospective bidders to share expertise to help deliver a framework that is relative to the market. The engagement will be structured into numerous phases, focusing on key areas: ● Payment Acceptance & Gateway Services ● Open Banking Services (Payment Initiation, CVRP & Confirmation of Payee) ● Bulk & Recurring Payment Fulfillment (BACS, Direct Debit/Credit, Faster Payments) ● Payment Orchestration and Alternative Financial Innovation
£1,200,000,000
Contract value
Coventry and Warwickshire Pathology Services (“CWPS”) is seeking a partner to implement a dedicated Pathology Transport Service which will provide sample, consumable and chemical transport. Coventry and Warwickshire Pathology Service (“CWPS”) is a managed network of pathology laboratories hosted by University Hospital Coventry and Warwickshire NHS Trust (UHCW). Laboratory services are provided by laboratories at University Hospital, Coventry; Warwick Hospital, Warwick; and George Eliot Hospital, Nuneaton.
£20,000,000
Contract value
Crown Commercial Service (CCS), as the Authority is intending to put in place a collaborative agreement, designed to deliver a Digital Payments & Associated Data Services framework, accessible to all of the Public Sector. This forthcoming framework which aims to drive Payments and Financial Data innovation, is intended to simplify, accelerate, and enhance access to solutions. It will provide a compliant procurement route to market that delivers value and innovation, moving towards a future where financial data provides actionable intelligence. The procurement of this framework will be let under the new Procurement Act 2023 Regulations and will be designed to cover a broad spectrum of Digital Payments and Associated Data Services, including: ● Digital Payment Management: Handling the processing and administration of both incoming and outgoing digital payments. ● High-Volume Transaction Capabilities: Facilitating the execution of large-scale, bulk payment types ● Enhanced Security and Data Insights: Using financial data to provide operational transparency, minimise processing errors, and effectively reduce fraud. To inform the design and development of this new framework, CCS will conduct extensive market consultation and engagement, commencing in March 2026 and running through to September 2026. This period of consultation is designed to: ● Gather insights from Industry Experts, Buyers and Suppliers, to shape the final procurement strategy. ● Discuss and validate the potential requirements for the resulting framework. ● Provide a platform for prospective bidders to share expertise to help deliver a framework that is relative to the market. The engagement will be structured into numerous phases, focusing on key areas: ● Payment Acceptance & Gateway Services ● Open Banking Services (Payment Initiation, CVRP & Confirmation of Payee) ● Bulk & Recurring Payment Fulfillment (BACS, Direct Debit/Credit, Faster Payments) ● Payment Orchestration and Alternative Financial Innovation
£1,200,000,000
Contract value
The Authority is further extending its collaborative Dynamic Purchasing System (DPS) for Internet of Things (IoT) for an additional 12 months until 19 September 2026. The DPS will remain open for new suppliers to apply to join. However, existing suppliers that are currently on the DPS do not need to re-apply and will remain on the DPS. Full details of the requirement can be found on a previous Contract Notice which was issued on 5 July 2019, details as follows: OJEU Number: 2019/S 128 313539 Reference Number/Notice ID: JUL359513 OCID: ocds-r6ebe6-0000587430
£2,000,000
Contract value
Background: The Get Britain Working (GBW) White Paper, co-authored by the Secretaries of State for the Department for Work and Pensions (DWP), Department for Health and Social Care (DHSC), Department for Education (DfE) and His Majesty’s Treasury (HMT), sets out plans to set the country on a path to bring down economic inactivity and improve employment outcomes. A key enabler is to reform Jobcentre Plus (JCP) through the creation of a new single and universal Jobs and Careers Service (JCS). JCS will provide support for anyone who is looking for work, who wants to get on in work, or who wants to change their career or retrain. It will be a service that values employer engagement, working with employers to understand and support their current and future recruitment needs. Among the key objectives of JCS are: • Creating a digital, universal and fully inclusive service; and, • Providing high-quality personalised support to help people into work, support training and get on in work. Requirements / Contract subject-matter: DWP Digital teams are progressing digital activity which will underpin JCS and DWP is keen to explore third party solutions which could support this new digital service. The engagement will cover a wide range of requirements. DWP has defined 12 areas of employment support which we are keen to explore suitable products for, including AI solutions. JCS Employment Support categories: The JCS ‘Employment Support’ categories are listed below: • ES01 - Career advice • ES02 - Career planning • ES03 - Skills gap analysis • ES04 - Financial planning • ES05 - Career coaching • ES06 - Learning / Training / Provision • ES07 - Job discovery • ES08 - Job market insights • ES09 - CV support • ES10 - Job application support • ES11 - Application tracking • ES12 - Interview support DWP is conducting this preliminary market engagement to help develop the requirements and the strategy/approach for any future procurements for products/services that would align to the JCS Employment Support categories. Following this preliminary market engagement, DWP may decide to run multiple procurements (with each procurement covering an individual or a group of Employment Support categories), either in parallel or in a phased approach, in line with the priorities of the JCS programme. Suppliers are invited to participate even if they are only interested in specific components of the wider scope. Due to the early stage of this engagement and the fact that it could relate to numerous separate procurements, there are certain aspects of any associated procurement activities that are yet to be determined. As a result, there are some sections of this notice which cannot be completed at this time. Where this is the case, we have stated in the relevant field that the information is “To be determined.” The following points are examples of areas that still need to be determined: • Procurement procedure: will any resulting procurements be above or below the relevant threshold – to be determined. • Is a dynamic market or framework being established – to be determined. • Total Contract Value (estimated) – to be determined. • Contract start dates, end dates and extension options – to be determined (please ignore the start date of 01/01/2027 and end date of 31/12/2027 that are showing on this notice). • Publication date of the tender or transparency notice – to be determined.
Value undisclosed
This framework will allow the purchase of off the Shelf (CotS) Hardware (Technology Products), Software, and the required Associated Services: For Hardware this may be: Laptops, Mobiles, Tablets, desktop computers,smartphones, all peripherals, monitors, printers, scanners, radio frequency identification equipment and human interface devices, etc collectively broadly described as End User Computing; Servers, storage, switches, hubs, routers, back up devices, high performance computing, cloud linkage infrastructure, networking or security related hardware etc broadly described as Infrastructure Hardware Multifunction devices (MFD) such as print devices, as well as mobile devices such as smartphones, tablets, dongles and Wireless Routers (MiFi) and accessories. Tactical Communication Systems: Specialised military grade tactical communication and information systems, including Hardware, software and services. Assistive Technology or Technology Enabled Care: These products leverage various technologies to enhance safety, convenience, communication, and health management within a home environment. Hardware can be purchased in combination, outright, delivered as a service, leased, or as a utility model but will all be considered physical devices. The hardware offering will align to Carbon Net Zero, Sustainability and Circular IT objectives with the framework providing the ability to provide new or refurbished devices. For Software this may be: Software including but not limited to; commercial off the shelf software (COTS), open source software software licences. Software can be purchased full box or under subscription. Associated Services Are typically in conjunction with or in the support of hardware and software and could be; design,implementation, end user support, continuation of associated services, support and maintenance, build, imaging, warranty, service desk, installation, project management, training, leasing, security management, asset management, network infrastructure management, device as a service, recycling, disposal, data cleansing etc. Recycling services and extended / non OEM support will be available as part of this to extend life or ensure optimal disposal aligned to CNZ, Sustainability and circular IT objectives. Scope will be finalised after market engagement.
£20,000,000,000
Contract value
Products and services used in Orthopaedic, Trauma and Spine procedures, including medical devices (including Orthopaedic specific equipment such as power tools), equipment management services and orthopaedic specific services. Note: For future tenders the following requirements will apply: • ISO Certification: Tenderers must have ISO 9001: 2015 or BS EN ISO 13485:2016 or Medical Device Single Audit Program (MDAP) accredited by the United Kingdom Accreditation Service (or international equivalent) to cover all segments of the Tenderer’s and the product’s supply chain. This should include, but not be limited to, sales, manufacturing, storage and distribution ('ISO Certification'). Link for acceptable alternatives https://iaf.nu/en/accreditation-bodies/ (‘Notified Bodies’). • CE Certification and Declaration of Conformity certificates are required where applicable to be presented at submission stage of the tender. • Modern Slavery for Tenderers that have an annual turnover of at least £36 million must have a link to their modern slavery statement on their website. • Modern Slavery Assessment Tool (MSAT) Tenderers must have a score of 41% or above within 12months of the Tender Publication Date via https://supplierregistration.cabinetoffice.gov.uk/ • Evergreen Sustainable Supplier Assessment – Tenderers will need to have completed the assessment and achieved Level 1 within the 12 months prior to the Tender Close Date. Link for instructions and access for this assessment: https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/ • Carbon Reduction Plan (CRP): Tenders must have a valid CRP link on their website that meets the requirements of PPN 006 as outlined in the PPN, OR Where Supplier has no website, the CRP is provided in PDF format that meets the requirements of PPN 006 as outlined in the PPN, OR Excused in exceptional circumstances. • Cyber Security: If you handle patient or personal data, or provide any IT systems, services, or devices you will need to have a Cyber Security Essentials Plus Certificate.
£3,000,000,000
Contract value
Please be aware that the UK1 Pipeline notice notice was published under OCID ocds-h6vhtk-054f76 This framework will allow the purchase of off the Shelf (CotS) Hardware (Technology Products), Software, and the required Associated Services: For Hardware this may be: Laptops, Mobiles, Tablets, desktop computers,smartphones, all peripherals, monitors, printers, scanners, radio frequency identification equipment and human interface devices, etc collectively broadly described as End User Computing; Servers, storage, switches, hubs, routers, back up devices, high performance computing, cloud linkage infrastructure, networking or security related hardware etc broadly described as Infrastructure Hardware Multifunction devices (MFD) such as print devices, as well as mobile devices such as smartphones, tablets, dongles and Wireless Routers (MiFi) and accessories. Tactical Communication Systems: Specialised military grade tactical communication and information systems, including Hardware, software and services. Assistive Technology or Technology Enabled Care: These products leverage various technologies to enhance safety, convenience, communication, and health management within a home environment. Hardware can be purchased in combination, outright, delivered as a service, leased, or as a utility model but will all be considered physical devices. The hardware offering will align to Carbon Net Zero, Sustainability and Circular IT objectives with the framework providing the ability to provide new or refurbished devices. For Software this may be: Software including but not limited to; commercial off the shelf software (COTS), open source software software licences. Software can be purchased full box or under subscription. Associated Services Are typically in conjunction with or in the support of hardware and software and could be; design,implementation, end user support, continuation of associated services, support and maintenance, build, imaging, warranty, service desk, installation, project management, training, leasing, security management, asset management, network infrastructure management, device as a service, recycling, disposal, data cleansing etc. Recycling services and extended / non OEM support will be available as part of this to extend life or ensure optimal disposal aligned to CNZ, Sustainability and circular IT objectives. Scope will be finalised after market engagement.
£20,000,000,000
Contract value
We are seeking new digital solutions across Housing, Finance, CRM, and HR that offer strong, modern functionality and can integrate seamlessly with one another. The goal is to adopt standard, out of the box processes rather than heavily customised systems, ensuring consistency, efficiency, and improved user experience across the organisation. The desired platforms should: •Housing: Provide end to end housing management including tenancy, maintenance, compliance, scheduling, and mobile capability, with integrated financial and HR linked features. •Finance: Offer intuitive financial management, automated workflows, real time data and analytics, asset management, and seamless links to Housing, HR, procurement, and CRM systems. •CRM: Deliver a single, accurate customer view, strong case management, integrated communications, appointment scheduling, and connectivity to Housing, Finance, and HR. •HR: Support workforce planning, recruitment, onboarding, learning, performance management, and analytics, with links to Finance, CRM, and Housing for workforce availability, payroll, and resource planning. All solutions must support robust integration, including standard APIs and pre built connectors, to enable smooth data sharing across business areas. A single supplier delivering a unified platform is preferred, but Magna will consider multiple suppliers if necessary.
£1
Contract value
Crown Commercial Service (CCS) as the Authority plans to put in place a Pan Government Collaborative Agreement for the provision of Furniture and associated services to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations.
£400,000,000
Contract value
Crown Commercial Service (CCS) as the Authority plans to put in place a Pan Government Collaborative Agreement for the provision of Furniture and associated services to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations.
£400,000,000
Contract value
The Court Funds Office (CFO) provides a banking and investment service for the civil courts in England and Wales, including the Court of Protection. The CFO exists to discharge the legal responsibilities of the Accountant General (AG). It is the AG’s responsibility to safeguard funds in court. The Administration of Justice Act 1982 (Primary) and Court Funds Rules 2011 (Secondary Legislation) provide for CFO’s statutory requirements. The Office of the Accountant General (OAG), part of the MoJ, provides oversight over the services provided by the CFO. The CFO service, under the instructions of the Court, allows for deposits to be lodged, paid out and to interact with the Lord Chancellor’s equity Investment product (Tracker Fund) provided by Legal & General for court clients {mainly Children and Court of Protection Clients (CoP)}. CFO also provides operational and back-office services for all said activities. Given the specific rules and regulations, the current service provided includes bespoke and manual requirements not ordinarily provided by a banking service provider. This procurement aims to deliver a solution that enables the complete digital transformation of the CFO service, providing clients with secure, web-based access to account information and processing, while removing legacy barriers to efficiency.
£27,600,000
Contract value
Crown Commercial Service has set up a Dynamic Purchasing System for the supply of artificial intelligence services. Crown Commercial Service is inviting suppliers to request to participate in the Artificial Intelligence DPS. This DPS offers a simple route to purchase artificial intelligence services in the public sector, allowing customers to access a wide range of competition in an emerging market, including discovery and consultancy services, licencing, customisation and support for AI applications, and end-to-end partnerships. 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.
£200,000,000
Contract value
Crown Commercial Service has set up a Dynamic Purchasing System for the supply of artificial intelligence services. Crown Commercial Service is inviting suppliers to request to participate in the Artificial Intelligence DPS. This DPS offers a simple route to purchase artificial intelligence services in the public sector, allowing customers to access a wide range of competition in an emerging market, including discovery and consultancy services, licencing, customisation and support for AI applications, and end-to-end partnerships. 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. Additional information: Please be advised that this DPS has a further extension of 24 months. This follows the initial period of 18 months, an initial extension period of 12 months, a second extension of 8 months and the third extension of 12 months. Please note the Closing Date, Contract Start Date and Contract End Date have been manipulated to support compatibility system issues. However please refer to the contract notice for the correct dates, timelines etc.
£200,000,000
Contract value
Crown Commercial Service has set up a Dynamic Purchasing System for the supply of artificial intelligence services. Crown Commercial Service is inviting suppliers to request to participate in the Artificial Intelligence DPS. This DPS offers a simple route to purchase artificial intelligence services in the public sector, allowing customers to access a wide range of competition in an emerging market, including discovery and consultancy services, licencing, customisation and support for AI applications, and end-to-end partnerships. 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. Additional information: Please be advised that this DPS has a further extension of 24 months. This follows the initial period of 18 months, an initial extension period of 12 months, a second extension of 8 months and the third extension of 12 months. Please note the Closing Date, Contract Start Date and Contract End Date have been manipulated to support compatibility system issues. However please refer to the contract notice for the correct dates, timelines etc.
£200,000,000
Contract value
Crown Commercial Service has set up a Dynamic Purchasing System for the supply of artificial intelligence services. Crown Commercial Service is inviting suppliers to request to participate in the Artificial Intelligence DPS. This DPS offers a simple route to purchase artificial intelligence services in the public sector, allowing customers to access a wide range of competition in an emerging market, including discovery and consultancy services, licencing, customisation and support for AI applications, and end-to-end partnerships. 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. Additional information: Please be advised that this DPS has a further extension of 24 months. This follows the initial period of 18 months, an initial extension period of 12 months, a second extension of 8 months and the third extension of 12 months. Please note the Closing Date, Contract Start Date and Contract End Date have been manipulated to support compatibility system issues. However please refer to the contract notice for the correct dates, timelines etc.
£200,000,000
Contract value
Showing 201–220 of 386 contracts