← Back to opportunities

Digital, Data and Technology (DDaT) Services Framework

Natural Resources Wales

Buyer Contact Info

Buyer Name: Natural Resources Wales

Buyer Address: Welsh Government Offices Cathays Park, Cardiff, UKL22, CF10 3NQ, United Kingdom

Contact Name: Amy Hogan

Contact Email: Amy.Hogan@naturalresourceswales.gov.uk

Status
active
Procedure
selective
Value
60000000.0 GBP
Gross: 72000000 GBP
Published
28 Nov 2025, 15:53
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
72000000 - IT services: consulting, software development, Internet and support
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

Natural Resources Wales (NRW) is establishing a multi-supplier open framework to provide a comprehensive range of digital, data and technology (DDaT) services supporting organisational transformation, innovation and operational delivery. The framework will be procured using the Competitive Flexible Procedure in accordance with the Procurement Act 2023. Services will include, but are not limited to: - Digital Service Design - Data Analytics and AI Services - Platforms, Integration and Development - Cloud, DevOps and Infrastructure Services - Technical Consultancy, Support and Capability Uplift - Agile Delivery and Coaching The framework will have an estimated total value of £72 million (inc VAT) over a maximum duration of eight years, with up to five suppliers appointed per framework term.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://etenderwales.ukp.app.jaggaer.com/go/10812852019ACB05C8A6

Link Description: Invitation to Participate (ITP), Wales Procurement Specific Questionnaire (WPSQ) and Draft Framework Terms

External Link: https://www.find-tender.service.gov.uk/Notice/078212-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 60,000,000

Lot 1 Value (Gross): GBP 72,000,000

Lot 1 Contract Start: 2026-06-01T00:00:00+01:00

Lot 1 Contract End: 2029-05-31T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Quality (40%)

Lot 1 Award Criterion (cost): Cost (50%)

Lot 1 Award Criterion (quality): Social Value (10%)

Documents

Document Description: Invitation to Participate (ITP), Wales Procurement Specific Questionnaire (WPSQ) and Draft Framework Terms

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PBBR-3628-MPRN",
    "name": "Natural Resources Wales"
  },
  "date": "2025-11-28T15:53:55Z",
  "id": "078212-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-0561e7",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Cardiff",
        "postalCode": "CF10 3NQ",
        "region": "UKL22",
        "streetAddress": "Welsh Government Offices  Cathays Park "
      },
      "contactPoint": {
        "email": "Amy.Hogan@naturalresourceswales.gov.uk",
        "name": "Amy Hogan"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          },
          {
            "description": "Welsh devolved regulations apply",
            "id": "GB-WLS",
            "scheme": "UK_CA_DEVOLVED_REGULATIONS"
          }
        ],
        "url": "http://naturalresourceswales.gov.uk"
      },
      "id": "GB-PPON-PBBR-3628-MPRN",
      "identifier": {
        "id": "PBBR-3628-MPRN",
        "scheme": "GB-PPON"
      },
      "name": "Natural Resources Wales",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-05-29T23:59:59+01:00"
    },
    "contractTerms": {
      "financialTerms": "Payment will be made within 30 days of receipt of a valid, undisputed invoice. "
    },
    "description": "Natural Resources Wales (NRW) is establishing a multi-supplier open framework to provide a comprehensive range of digital, data and technology (DDaT) services supporting organisational transformation, innovation and operational delivery. \nThe framework will be procured using the Competitive Flexible Procedure in accordance with the Procurement Act 2023.\nServices will include, but are not limited to:\n- Digital Service Design \n- Data Analytics and AI Services\n- Platforms, Integration and Development\n- Cloud, DevOps and Infrastructure Services\n- Technical Consultancy, Support and Capability Uplift\n- Agile Delivery and Coaching\nThe framework will have an estimated total value of \u00a372 million (inc VAT) over a maximum duration of eight years, with up to five suppliers appointed per framework term. ",
    "documents": [
      {
        "description": "Invitation to Participate (ITP), Wales Procurement Specific Questionnaire (WPSQ) and Draft Framework Terms",
        "documentType": "biddingDocuments",
        "id": "L-4",
        "url": "https://etenderwales.ukp.app.jaggaer.com/go/10812852019ACB05C8A6"
      },
      {
        "accessDetails": "Procurement documents are available via the eTenderWales portal.\nSuppliers must be registered on the portal and must express an interest in the project in order to view the full suite of documents and to receive any updates or clarifications issued during the procurement.\nTo participate:\n1)\tRegister or log in to the eTenderWales portal: https://etenderwales.ukp.app.jaggaer.com/web/login.shtml\n2)\tOnce logged in, select \u0027Express Interest\u0027 in this opportunity using the following link: https://etenderwales.ukp.app.jaggaer.com/go/10812852019ACB05C8A6\nFollowing evaluation of Stage 1 submissions, shortlisted suppliers will receive the Invitation to Tender (ITT) and any associated documents via the same platform.",
        "documentType": "biddingDocuments",
        "id": "future"
      },
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-11-28T15:53:55Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "078212-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/078212-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-12-19T14:00:00+00:00"
    },
    "expressionOfInterestDeadline": "2026-01-05T14:00:00+00:00",
    "id": "57387",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Business and management consultancy and related services",
            "id": "79400000",
            "scheme": "CPV"
          },
          {
            "description": "Computer training services",
            "id": "80533100",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKL"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "name": "Quality",
              "numbers": [
                {
                  "number": 40.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Cost",
              "numbers": [
                {
                  "number": 50.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            },
            {
              "name": "Social Value",
              "numbers": [
                {
                  "number": 10.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2029-05-31T23:59:59+01:00",
          "startDate": "2026-06-01T00:00:00+01:00"
        },
        "id": "1",
        "secondStage": {
          "maximumCandidates": 7,
          "minimumCandidates": 5
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Suppliers must confirm their legal entity status and eligibility to contract in the United Kingdom. \nSuppliers must also meet the Carbon Reduction Plan requirements specified in Part 4 of the WPSQ. Suppliers who do not meet this requirement will be excluded. \nFinancial standing will be assessed using the WPSQ in accordance with the principles of proportionality under the Procurement Act 2023. This assessment will include review of audited accounts (or equivalent evidence), financial ratios, turnover thresholds, and an independent credit check to confirm that suppliers have sufficient financial capacity and stability to deliver the framework requirements. Suppliers who do not meet the mandatory financial criteria or thresholds will be excluded unless they provide a suitable guarantor who meets the relevant requirements. ",
              "type": "economic"
            },
            {
              "description": "Suppliers must demonstrate relevant technical and professional capability to deliver digital, data and technology services. \nAssessment will be undertaken through the WPSQ, including four scored technical questions covering:\n- Relevant Experience\n- Technical and Professional Ability\n- Capacity and Resources\n- Sustainability and Innovation\nEach question includes a minimum threshold. Only suppliers meeting all thresholds will be considered. The 7 highest-scoring suppliers will be shortlisted and invited to tender. ",
              "type": "technical"
            },
            {
              "description": "Suppliers will be assessed using the Wales Procurement Specific Questionnaire (WPSQ).\nStage 1 includes mandatory pass / fail checks (legal, financial, exclusion, and carbon reduction commitments) and four scored technical questions covering relevant experience, technical and professional ability, capacity and resources, and sustainability and innovation.\nSuppliers will be ranked on their total weighted score, and up to seven highest scoring suppliers will be invited to tender.",
              "forReduction": true
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "value": {
          "amount": 60000000,
          "amountGross": 72000000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "participationFees": [
      {
        "description": "A 5 percent contribution, linked to the value of call-off contracts, will apply for the purposes of establishing an Innovation Fund as further set out in the procurement documents. ",
        "id": "ocds-h6vhtk-0561e7",
        "relativeValue": {
          "monetaryValue": "award",
          "proportion": 0.05
        },
        "type": [
          "win"
        ]
      }
    ],
    "procedure": {
      "features": "The procedure comprises two stages:\nStage 1 - Invitation to Participate (Selection Stage)\nSuppliers will complete the Wales Procurement Specific Questionnaire (WPSQ), assessing legal, financial and technical capability. Mandatory pass / fail criteria will apply. \nSuppliers will also respond to scored technical questions assessing relevant experience, capability and alignment with NRW DDaT objectives. \nNRW intends to shortlist up to 7 highest scoring suppliers to be invited to Stage 2. \nStage 2 - Invitation to Tender (Tender Stage)\nShortlisted suppliers will submit an initial tender response, including outline technical and commercial proposals. \nSuppliers will also deliver a presentation to the evaluation panel (not scored) to support clarification and refinement during dialogue. \nStructured dialogue and/or negotiation may then be undertaken with suppliers to refine requirements, proposed approaches, commercial models and innovation opportunities. Dialogue will be open, fair and transparent. \nFollowing any dialogue, suppliers will be invited to submit final tenders based on the refined requirements and confirmed award criteria. \nFinal tenders will be evaluated to identify the Most Advantageous Tender, and up to five suppliers will be appointed to the framework. \nFramework Reopening\nThe open framework will be reopened once during the term to maintain market alignment and capability. The further competition will occur approximately six months before the end of year 3, with the further open framework commencing at the start of year 4 and for the remaining 5 years.  The maximum duration of the open framework will be 8 years.\nProcedure Governance\nNRW may adjust, merge or omit procedural elements where proportionate and necessary. Any changes will be communicated transparently and applied consistently in accordance with the Procurement Act 2023."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "riskDetails": "Risks to contract performance may arise from technological change, updates to digitial or cyber security standards, regulatory or policy changes, market or supplier instability, and shortages in specialist skills. Additional risks include changes to cloud or hosting environments, interoperability challenges, increased data governance requirements, dependency on external partners, operational resilience issues (such as cyber incidents or outages), and the impact of emerging technologies or funding changes. These risks will be managed through established framework governance.",
    "status": "active",
    "submissionMethodDetails": "All submissions must be made electronically via the eTenderWales portal:\nhttps://etenderwales.ukp.app.jaggaer.com/go/10812852019ACB05C8A6\nInterested suppliers must register on the portal to access the procurement documents and submit responses. \nNo submissions will be accepted by email or post. \nSuppliers should ensure their registration is active and that they are familiar with the eTenderWales system in advance of the submission deadline. \nAny clarifications or communications must also be submitted through the secure messaging function within the eTenderWales portal. ",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en",
        "cy"
      ]
    },
    "techniques": {
      "frameworkAgreement": {
        "description": "The framework will operate with up to five suppliers appointed to deliver digital, data and technology services for up to eight years. \nContracts will be awarded either by award without further competition, where requirements, scope and value can be clearly identified and an award without competition criteria applied to the suppliers\u0027 tender for the framework agreement or through a competitive selection process.\nEach supplier will provide a rate card setting maximum daily rates for key roles. Call-off prices will be determined through competition or agreed discounts to achieve value for money. \nCompetitive selection process will be evaluated on the Most Advantageous Tender basis, considering quality, price, approach and sustainability. \nThe framework will be reopened once during its term, approximately six months before the end of year 3, with the refreshed framework commencing at the start of year 4, to maintain compeition and market alignment. Existing suppliers will be required to reapply if they wish to continue. ",
        "isOpenFrameworkScheme": true,
        "maximumParticipants": 5,
        "method": "withAndWithoutReopeningCompetition",
        "openFrameworkSchemeEndDate": "2034-05-31T23:59:59+01:00",
        "type": "closed"
      },
      "hasFrameworkAgreement": true
    },
    "title": "Digital, Data and Technology (DDaT) Services Framework",
    "value": {
      "amount": 60000000,
      "amountGross": 72000000,
      "currency": "GBP"
    }
  }
}