← Back to opportunities

Space Technology Solutions

Crown Commercial Service

Buyer Contact Info

Buyer Name: Crown Commercial Service

Buyer Address: 9th Floor, The Capital, Old Hall Street, Liverpool, UKD72, L3 9PP, United Kingdom

Contact Email: supplier@crowncommercial.gov.uk

Contact Telephone: +44 3454102222

Status
active
Procedure
open
Value
n/a
Published
01 Jul 2025, 09:20
Deadline
30 Jul 2031, 22:59
Contract Start
n/a
Contract End
n/a
Category
goods
CPV
30200000 - Computer equipment and supplies
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Dynamic Market for the provision of Space Technology Solutions to be utilised by Central Government Departments and all other UK Public Sector Bodies (the full list is included below the ' Awarding Contracts' section of this notice). The RM6370 Space Technology Solutions Dynamic Market provides civil and defence related space and geospatial requirements, including related technology, operations, data and advisory solutions (Space Technology Solutions). The Dynamic Market provides a broad scope of goods, works and/or services related to the following deliverables: satellite communications; unmanned autonomous vehicles (UxVs); geospatial and remote sensing; upstream launch services; design and manufacture; space domain awareness; space command and control; rapid deployment capability; research and development; position, navigation and timing; intelligence, surveillance and reconnaissance; sustainability; security, risk and insurance consulting. The range of goods, works and/or services is broad and intended to capture commercially viable products and services which may be ‘off the shelf’ or bespoke to the buyer requirement. The Dynamic Market is divided into categories, called ‘Parts’. Each Part provides specific goods, works and/or services, as detailed in the Part descriptions. The initial duration of the Dynamic Market will be six years with an optional extension of two years. An application to be appointed to the Dynamic Market, in response to this Dynamic Market Notice, can be made at any time before the End Date of the Dynamic Market. An application can be made as a single legal entity or as a special purpose vehicle (SPV). Please note that all members of a consortium (where an SPV has not been formed) wishing to tender for buyer contracts with reference to this Dynamic Market must submit their own separate application for appointment to the Dynamic Market. The Conditions for Membership for this Dynamic Market Space Technology Solutions, RM6370, are detailed in this Dynamic Market Notice. The Dynamic Market Terms of Use as provided by Crown Commercial Service, available in the Information Pack, govern the Supplier’s interaction with the Dynamic Market. These Terms are additional to the Supplier’s Conditions for Membership which the Supplier must satisfy to become a member of the Dynamic Market. The process followed by buyers to award a contract with reference to this Dynamic Market is governed by section 34 of the Procurement Act 2023. Section 34 allows buyers to award a contract with reference to an ‘appropriate dynamic market’, provided the competitive flexible procedure is used. An appropriate dynamic market is one which covers the goods, works and/or services that the buyer wishes to purchase. Please note it is the suppliers responsibility to monitor Find a Tender service for any transparency notices published for contracts with reference to this Dynamic Market and respond accordingly. The Dynamic Market Information Pack contains the Terms of Use and instructions on how to submit an application to join the Dynamic Market and is available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370

Linked Documents

Select a document to preview.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/036304-2025

Link Description: Dynamic market intention notice on Find a Tender

Lots

Lot Title: Ground Stations

Lot Description: Equipment, technologies and infrastructure relating to ground stations for the purposes of developing and/or maintaining a gateway between the Ground Segment and the Space Segment. Enabling Ground Stations to transmit and receive instructions and data from/to satellites in space and elsewhere in the Ground Segment. This would include but not limited to, technologies to overcome atmospheric or adversarial interference, signal degradation or enable use of higher frequencies. Ground stations are also referred to as Earth stations or Earth terminals.

Lot 101 Status: active

Lot 101 SME Suitable: Yes

Lot Title: Cryptographic Technology

Lot Description: Cryptographic equipment and technologies for the purposes of securing information and communications across an entire network of satellites, between satellites, including but not limited to space, ground and link segments. This could include all types of encryption hardware and software.

Lot 102 Status: active

Lot 102 SME Suitable: Yes

Lot Title: Satellite Components

Lot Description: All technologies relating to Space Assets. This can include but not limited to systems, subsystems, individual components such as sensors, communications systems, on-board processors, solar cells, transponders, propulsion systems, reactions wheels intended for use in relation to Space technology - whether in satellites or on the ground in test facilities.

Lot 103 Status: active

Lot 103 SME Suitable: Yes

Lot Title: Satellites and Spacecraft

Lot Description: Technologies, equipment and components for the complete design and build of Space assets. This could include but not limited to all types of satellites and spacecraft designed to be launched beyond the Earth's atmosphere, such as payloads, spacecraft buses, launch vehicles, and the transportation of satellites to launch providers, etc.

Lot 104 Status: active

Lot 104 SME Suitable: Yes

Lot Title: Ground Based Sensors

Lot Description: Systems, equipment and technologies relating to ground-based sensors for the purposes of gathering information about Space and objects in Space. This includes but not limited to telescopes, optical sensors, such as spectrometers and infrared detectors, and sensors which use radio frequency, such as RADAR and LIDAR

Lot 105 Status: active

Lot 105 SME Suitable: Yes

Lot Title: Software including Algorithms, Machine Learning, AI and Licences

Lot Description: All technologies and services related to Software such as Algorithms, Machine Learning, AI, AI Modelling including Software Research, Design or Access to Licences. This includes but not limited to software which uses AI to forecast weather events; Sensor data analysis; Earth Observation analysis; Machine learning analytics used in robotics.

Lot 106 Status: active

Lot 106 SME Suitable: Yes

Lot Title: Generic Ground Infrastructure

Lot Description: Generic ground infrastructure, also known as the 'ground segment', enabling support of, and communication between, space elements and the ground. This could include but not limited to Mission Control Centres for monitoring and managing spacecraft, as well as analysing data.

Lot 107 Status: active

Lot 107 SME Suitable: Yes

Lot Title: Digital Ground Infrastructure

Lot Description: All infrastructure, hardware and software which enable digital services with the ground segment of a space system. This includes but not limited to computers, servers, wiring and connection points; software such as operating systems and apps; physical and virtual networks, such as local area networks (LANs); and data centres to store, process and distribute data.

Lot 108 Status: active

Lot 108 SME Suitable: Yes

Lot Title: Launch Technology and Infrastructure

Lot Description: All equipment, technology and infrastructure related to the launch of objects and spacecraft into orbit and Space. This includes for example but not limited to launch vehicles, rockets, spacecraft buses, launch design, intergration and planning, mission support, specialist ground infrastructure, such as launch pads, runways, gantries, silos, bunds, storage facilities, construction, transportation and launch/landing control facilities, etc.

Lot 109 Status: active

Lot 109 SME Suitable: Yes

Lot Title: Space-Based Sensors

Lot Description: All equipment and technologies relating to Space-based sensors that can track, survey objects and provide information on the earth's surface. Space-based sensors could include but not limited those which use radio frequency, including passive RF sensors, RADAR and INSAR; sensors which use the electromagnetic spectrum, such as hyperspectral, near visual and infrared sensors; and radiometric sensors which measure gamma radiation.

Lot 110 Status: active

Lot 110 SME Suitable: Yes

Lot Title: Planetary and Lunar Exploration

Lot Description: Technologies relating to the scientific investigation of the planets and other celestial bodies within our solar system.

Lot 111 Status: active

Lot 111 SME Suitable: Yes

Lot Title: Space Control

Lot Description: All equipment and technologies relating to the use of defensive and offensive capabilities to assure freedom of action in space, whilst denying adversaries to achieve the same. This includes but not limited to on-orbit, terrestrial and cyber infrastructure resilience, such as systems and activities used to prevent the disruption and degradation of allied assests; destroying or preventing a satellite's operation in orbit. Space Control also encompasses defensive technologies, such as physical hardening of satellites; anti-jamming and cryptographic techniques; and Active Measures, such as sensor reorientation.

Lot 112 Status: active

Lot 112 SME Suitable: Yes

Lot Title: Simulators, Stimulators, Test and Training Equipment

Lot Description: All equipment and technologies relating to Simulators, Stimulators, Test and Training Equipment. Including equipment to support end-to-end systems testing and training, including compatibility, integration, interface and mission-readiness testing.

Lot 113 Status: active

Lot 113 SME Suitable: Yes

Lot Title: Onboard Hardening, System and Capability Resilience, Adaptability

Lot Description: All technologies, processes and equipment related to ensuring the resilience to hostile environments and effects, whether human or natural in origin, on componentry and materials.

Lot 114 Status: active

Lot 114 SME Suitable: Yes

Lot Title: In-Orbit Servicing and Manufacturing

Lot Description: Technology and equipment relating to In-Orbit Servicing and Manufacturing. This can include but not limited to equipment for the testing and development of space technologies suitable for in-orbit servicing, assembly and manufacturing. In-Orbit Servicing can involve refuelling, repair and orbit adjustment. In-orbit manufacturing could involve creating materials, components or infrastructure in space.

Lot 115 Status: active

Lot 115 SME Suitable: Yes

Lot Title: Orbital Assets Disposal

Lot Description: Technology and equipment to assist in the prevention of space debris as well as enabling orbital clearing of debris, obsolete satellites and spacecraft, including Satellite decommissioning, etc.

Lot 116 Status: active

Lot 116 SME Suitable: Yes

Lot Title: Data Capture Hardware

Lot Description: General geospatial survey sensors and tools used to collect geospatial data accurately and efficiently for a wide range of applications, including localized ground-based sensors (e.g. Imagery, LiDAR and radar sensors).

Lot 117 Status: active

Lot 117 SME Suitable: Yes

Lot Title: Unmanned Autonomous Vehicles (UxVs)

Lot Description: Technology and equipment relating to Unmanned Autonomous Vehicles (UxVs). Autonomous vehicles that operate without a human occupant or pilot on board, encompassing various types classified by their capabilities and features, for example, ground, aerial, maritime surface and underwater vehicles.

Lot 118 Status: active

Lot 118 SME Suitable: Yes

Lot Title: Unmanned Autonomous Vehicles (UxVs) - Control Systems

Lot Description: The electronic and electromechanical systems that control Unmanned Autonomous Vehicles (UxVs). They can include remote controllers, command and control systems, and flight control systems.

Lot 119 Status: active

Lot 119 SME Suitable: Yes

Lot Title: Unmanned Autonomous Vehicles (UxVs) - Payloads

Lot Description: Technology and equipment that an Unmanned Autonomous Vehicles (UxVs) can carry relating to the provision of additional services such as sensors, thermal infrared sensors, cameras and communication tools.

Lot 120 Status: active

Lot 120 SME Suitable: Yes

Lot Title: Unmanned Autonomous Vehicles (UxVs) - Other technology and equipment

Lot Description: Other technology and equipment relating to Unmanned Autonomous Vehicles (UxVs) not covered elsewhere. Including but not limited to, the to the use, security and detection of UxVs.

Lot 121 Status: active

Lot 121 SME Suitable: Yes

Lot Title: Image Based Navigation

Lot Description: All equipment and technologies relating to the use of Image-based navigation for the purposes of Position, Navigation and Timing. Image-based Navigation aims at navigating by processing a series of image data. This image data includes data that is both inside and outside of the visual spectrum and may be recorded with passive sensors like digital cameras or active instruments like laser scanners.

Lot 122 Status: active

Lot 122 SME Suitable: Yes

Lot Title: Signals of Opportunity Receiver

Lot Description: All equipment and technologies relating to the use of Signals of Opportunity receivers for the purpose of Position Navigation and Timing. Signals of opportunity uses existing infrastructure and harnesses signals, which were not originally designed to determine position or aid navigation, such as radio transmissions from broadcasting towers, Wi-Fi points and signals from broadcast or communications satellites, to establish location. This includes, but not limited to, receivers for satellite signals of opportunity, terrestrial Signals of opportunity, Ultra-wide Band (UWB) and Low Power Wireless (LPW) technologies, VOR/DME (VHF Omnidirectional Range with a Distance Measuring Equipment).

Lot 123 Status: active

Lot 123 SME Suitable: Yes

Lot Title: Inertial Navigation Systems

Lot Description: All equipment and technologies relating to the use of Inertial Navigation Systems (INS) for the purpose of Position and Navigation. An Inertial Navigation System is a unit that uses sensors to continuously calculate by dead reckoning: velocity, orientation and position. This includes sensors such as accelerometers and gyroscopes.

Lot 124 Status: active

Lot 124 SME Suitable: Yes

Lot Title: eLORAN

Lot Description: All equipment and technologies relating to the use of Enhanced Longe-Range Navigation (eLORAN) for the purpose of Position, Navigation and Timing. eLORAN is a radio navigation system that can be used to provide 2-dimensional position information and timing. This includes complete systems, and components such as antenna and receivers.

Lot 125 Status: active

Lot 125 SME Suitable: Yes

Lot Title: PNT Sensor Processing and Fusion

Lot Description: All equipment and technologies relating to the use of PNT Sensor Processing and Fusion for the purpose of Position, Navigation and Timing (PNT). PNT Sensor Processing Fusion combines data from multiple different PNT sensor sources to provide accurate information on PNT. This includes the Sensor Fusion engines using techniques including, but not limited to, Kalman Filters and Particle Filters.

Lot 126 Status: active

Lot 126 SME Suitable: Yes

Lot Title: PNT Effectors

Lot Description: All equipment and technologies used to effect the adversaries Position, Navigation and Timing (PNT). PNT effectors seek to limit adversaries effective use of PNT systems whilst maintaining resilient PNT systems. This includes jamming and spoofing techniques.

Lot 127 Status: active

Lot 127 SME Suitable: Yes

Lot Title: PNT Understand

Lot Description: All equipment, technologies and services related to understanding the Position, Navigation and Timing (PNT) environment. PNT Understand is the ability to monitor conditions such as where PNT technologies are being used and predict future hazards. This includes detection, tracking and cataloguing of PNT technologies as well as situational analysis and warnings.

Lot 128 Status: active

Lot 128 SME Suitable: Yes

Lot Title: Atomic Clocks

Lot Description: All equipment and technologies relating to atomic clocks and their use in Position, Navigation and Timing (PNT). Atomic Clocks use the resonant frequency of certain atoms to measure time to a high accuracy. This includes all types of clocks, including but not limited to fountain clocks, reference clocks, Chip Scale Atomic Clocks (CSAC) and quantum clocks.

Lot 129 Status: active

Lot 129 SME Suitable: Yes

Lot Title: Precision Time Transfer Methods

Lot Description: All equipment, technologies and services related to transfering precise time. Precise Time Transfer is the transmission of time from a reference time source to other clocks in a network so they compute their offset to the reference clocks and adjust accordingly to achieve and maintain network time synchronisation. This includes, but not limited to: TWSTFT (Two Way Satellite Time and Frequency Transfer), Fibre optic cable, PTP (Precise Time Protocol).

Lot 130 Status: active

Lot 130 SME Suitable: Yes

Lot Title: PNT Environmental Sensors

Lot Description: All equipment and technologies relating to the use of PNT Environmental Sensors for the purpose of PNT. PNT Environmental Sensors are sensors that measure environmental data and use it to provide Position, Navigation and Time. This includes but isn't limited to: Bathymetry, Gravimetry, Altimeters, Electromyography, magnetometers.

Lot 131 Status: active

Lot 131 SME Suitable: Yes

Lot Title: Celestial Navigation

Lot Description: All equipment and technologies related to Celestial Navigation. Celestial Navigation is the determination of position based on measurements of celestial bodies (e.g. Sun, Stars) relative to the Earth or a known horizon. This includes digital sextants and automated Celestial Navigation.

Lot 132 Status: active

Lot 132 SME Suitable: Yes

Lot Title: LEO PNT Receivers

Lot Description: All equipment and technologies related to Low Earth Orbiting (LEO) PNT. LEO PNT provides timing and location data from an orbit about 25 times closer than GNSS, meaning a stronger signal, requiring a dedicated payload to be deployed on a satellite system. This could include products such as: space segments, antenna and receivers.

Lot 133 Status: active

Lot 133 SME Suitable: Yes

Lot Title: Mitigation components for GNSS interference

Lot Description: All equipment and technologies relating to the mitigation of GNSS interference. This includes (but not limited to) Control Reception Pattern Array and (CRPA) and anti-spoofing.

Lot 134 Status: active

Lot 134 SME Suitable: Yes

Lot Title: GNSS Open Signal Receiver

Lot Description: All equipment relating to the reception of uncoded signals emitted from any Global Navigation Satellite System (GNSS) for the purpose of PNT. This could include products such as: commercially available receivers.

Lot 135 Status: active

Lot 135 SME Suitable: Yes

Lot Title: GNSS Encrypted Signal Receiver

Lot Description: All equipment relating to the reception and decoding of encrypted signals emitted from any Global Navigation Satellite System (GNSS) for the purpose of PNT. This could include products containing: Security devices such as Selective Availability Anti Spoofing Module (SAASM) or Military Code (M-Code) Technology which allow access to GPS Protected Positioning Service (PPS) signals.

Lot 136 Status: active

Lot 136 SME Suitable: Yes

Lot Title: PNT Sensor system

Lot Description: All equipment and technologies relating to the use of Position, Navigation and Timing (PNT) Sensor system for the purpose of PNT. PNT Sensor Systems are any system that includes multiple technologies, so does not fit into any of the above sub categories and/or multiple technologies from the sub categories above. This includes an EGI, Sensor Fusion System or a GNSS Receiver integrated with a CRPA.

Lot 137 Status: active

Lot 137 SME Suitable: Yes

Lot Title: PNT Magnetic Navigation

Lot Description: All equipment and data relevant to the measurement and analysis of magnetic variations which underpin our ability to use the earth magnetic field for navigation above and below ground which complements PNT base services and provides GNSS resilience. This includes all apparatus necessary for observatories which manage high sensitivity instrumentation, that must be maintained in a carefully managed, stable environment, free from anthropogenic interference over long timescales to capture the field to high accuracy and with a wide range in amplitude and period.

Lot 138 Status: active

Lot 138 SME Suitable: Yes

Lot Title: PNT Geodesy

Lot Description: All equipment relating to the measurement, storage and analysis relating to Geodesy and the maintenance or enhancement of the International Terrestrial Reference Frame (ITRF). This includes ranging lasers, telescopes and associated components with key techniques being Satellite Laser Ranging, Very Long Baseline Interferometry and Global Navigation Satellite Systems.

Lot 139 Status: active

Lot 139 SME Suitable: Yes

Lot Title: SATCOM - Space Segment

Lot Description: All elements of Technology Delivery related to Satellite Communication (SATCOM) Space Segments. This includes advancements to the spacecraft payload, bus, and link segment.

Lot 140 Status: active

Lot 140 SME Suitable: Yes

Lot Title: SATCOM - Link Segment

Lot Description: All elements of Technology Delivery related to Satellite Communication (SATCOM) Link Segments. This includes advancements to modems, waveforms, power, gain, antenna, and technology applicable to the link segment

Lot 141 Status: active

Lot 141 SME Suitable: Yes

Lot Title: SATCOM - Ground Segment

Lot Description: All elements of Technology Delivery related to Satellite Communication (SATCOM) Ground Segments. This includes advancements to the ground segment network, grounding stations (teleports), antenna, and link segment.

Lot 142 Status: active

Lot 142 SME Suitable: Yes

Lot Title: SATCOM - User Terminal

Lot Description: All elements of Technology Delivery related to Satellite Communication (SATCOM) User Terminals. This includes advancements for all types of terminals, fixed or portable, including Very Small Aperture Terminal (VSAT) and Broadband Global Area Network (BGAN). This also includes services related to the advancement of user terminals.

Lot 143 Status: active

Lot 143 SME Suitable: Yes

Lot Title: SATCOM - Management

Lot Description: All elements of Technology Delivery related to Satellite Communication (SATCOM) Management. This includes advancements in the management of SATCOM services, networks, hardware, and software.

Lot 144 Status: active

Lot 144 SME Suitable: Yes

Lot Title: SATCOM - Integration

Lot Description: All elements of Technology Delivery related to Satellite Communication (SATCOM) Integration. This includes integration and enhancements if SATCOM services, spacecraft, networks, ground architecture, and expertise.

Lot 145 Status: active

Lot 145 SME Suitable: Yes

Lot Title: SATCOM - Launch Licensing

Lot Description: All services relating to the regulatory licences required under the UK Space Industry Act 2018 for satellite launch activities. This may include, but is not limited to: Launch and Return Licence and Orbital Operator Licence. It encompasses the licence itself and the associated regulatory commitments, from initial application through to renewal and ongoing compliance. This includes meeting statutory/regulatory obligations placed on the licence holder and ensuring legal authority for launch, return, and satellite operation activities.

Lot 146 Status: active

Lot 146 SME Suitable: Yes

Lot Title: SATCOM - Security

Lot Description: All elements of Technology Delivery related to Satellite Communication (SATCOM) Security Services. This includes advancements in the security of SATCOM services, networks, hardware, and software.

Lot 147 Status: active

Lot 147 SME Suitable: Yes

Lot Title: Software Support Services

Lot Description: Software support services are to include but not limited to through-life support, penetration testing, information assurance, Cyber improvement plans, and Cyber Risk Assessments. This may include the need to incorporate effective cyber security practices when building digital services and technical infrastructure.

Lot 201 Status: active

Lot 201 SME Suitable: Yes

Lot Title: Payload Hosting Services

Lot Description: Relating to those services which allow payloads, such as instruments or sensors owned or operated by a third party, to maintain orbital capability on a host commercial satellite.

Lot 202 Status: active

Lot 202 SME Suitable: Yes

Lot Title: Crypto and Key Management Services

Lot Description: Services for the purposes of securing digital information and communications across the entire satellite system. This includes but not limited to creation of cryptographic keys and management across the lifecycle, i.e. distribution, operational use and destruction.

Lot 203 Status: active

Lot 203 SME Suitable: Yes

Lot Title: Data Processing Services

Lot Description: All types of data processing services including but not limited to Validation and Verification - independent procedures that are used together for checking a product, service, or system meets requirements and specifications, and that it fufills its intended purpose; Data Curation - process of creating, organising and maintaining data sets so they can be accessed and used by people looking for information. It could involve collecting, structuring, indexing and catalouging data for users in an organisation, group or the public domain.

Lot 204 Status: active

Lot 204 SME Suitable: Yes

Lot Title: Up-Link and Down-Link Services

Lot Description: Services for sending and receiving data between one or more satellites and the ground. This could include but not limited to ground-space linkage and space-space linkage.

Lot 205 Status: active

Lot 205 SME Suitable: Yes

Lot Title: Satellite Operation and Support Services

Lot Description: All operations and services related to In-Orbit Operation and Support. This includes but not limited to satellite command and control, flight dynamics, mission control maintenance and engineering services.

Lot 206 Status: active

Lot 206 SME Suitable: Yes

Lot Title: Ground Support Services

Lot Description: Operation and maintenace services related to ground infrastructure and equipment, including but not limited to 24/7 support, replenishment, safety testing, through-life support cover, planned and unplanned maintenance, and routine servicing of ground-based sensors and ancillary systems.

Lot 207 Status: active

Lot 207 SME Suitable: Yes

Lot Title: Threat Warning Services

Lot Description: Early Threat Warning Services within the space environment could include but not limited to Early warning of Missiles, Early warning of uncontrolled re-entry, In-space coll ision avoidance, Fragmentation alerting and monitoring, Space weather notifications and advice etc.

Lot 208 Status: active

Lot 208 SME Suitable: Yes

Lot Title: Analytical Services

Lot Description: Services related to analysis of space-related data, or earth-related data derived from space or other means, such as unmanned aerial vehicles.

Lot 209 Status: active

Lot 209 SME Suitable: Yes

Lot Title: Communication Services

Lot Description: Communication services for the purposes of transmitting signals between space-to-space, earth-to-space and vice versa, and earth-to-earth via space. This would include but not limited to services which provide broadcasting of video and radio, telecommunications, broadband, cloud connectivity and data transfer.

Lot 210 Status: active

Lot 210 SME Suitable: Yes

Lot Title: IT Data Storage and Retrieval Services

Lot Description: Operations and services related to IT data storage and retrieval, including but not limited to cloud services, automated systems and backup services.

Lot 211 Status: active

Lot 211 SME Suitable: Yes

Lot Title: Launch Services

Lot Description: Operations and services for the purposes of launching a spacecraft or satellite into space or orbit. This includes but not limited to the provision of launch vehicles, rockets, spacecraft buses, launch design, intergration and planning, mission support, specialist ground infrastructure, such as launch pads, runways, gantries, silos, bunds, storage facilities, construction, transportation and launch/landing control facilities, etc.

Lot 212 Status: active

Lot 212 SME Suitable: Yes

Lot Title: System Integration Services

Lot Description: Services related to integration and testing of space and ground architecture, using live assets and representative simulators, stimulators and other test equipment.

Lot 213 Status: active

Lot 213 SME Suitable: Yes

Lot Title: In-Orbit Servicing and Manufacturing Services

Lot Description: Operations and services including but not limited to the testing and development of space technologies suitable for in-orbit servicing, assembly and manufacturing. In-Orbit Servicing can involve refuelling, repair and orbit adjustment . In-orbit manufacturing involves creating materials, components or infrastructure in space.

Lot 214 Status: active

Lot 214 SME Suitable: Yes

Lot Title: Innovative Services

Lot Description: Services relating to the emergence of innovative research, products, services and technologies that have relevant and practical applications in the space sector, harnessing opportunities to expand understanding of Space and the Cosmo, and helping to address pressing challenges in the Space environment as well as gaining greater awareness of impacts to the Earth via Space-related galvanising the development of materials and technologies aimed at improving life both in Space and on Earth.

Lot 215 Status: active

Lot 215 SME Suitable: Yes

Lot Title: Orbital Assets Disposal Services

Lot Description: Services to assist in the prevention of space debris as well as enabling orbital clearing of debris, obsolete satellites and spacecraft including Satellite decommissioning etc.

Lot 216 Status: active

Lot 216 SME Suitable: Yes

Lot Title: Ground Assets Decommissioning and Disposal

Lot Description: Services for the shutdown, removal and disposal of equipment and material in ground assets, including but not limited to logistics, recycling and the restoration of the site.

Lot 217 Status: active

Lot 217 SME Suitable: Yes

Lot Title: Space Domain Awareness Services

Lot Description: Operations and services to provide quality analytical information in understanding the space environment to help mitigate space effects. This includes but not limited to conjunction analysis used to detect possible collisions, orbital awareness, cataloguing objects, space weather forecasting, jamming, behavioural traits, as well as those elements equated with Situational Awareness.

Lot 218 Status: active

Lot 218 SME Suitable: Yes

Lot Title: Geographic Information Systems (GIS) and Geospatial Data Services

Lot Description: Geographic Information Systems (GIS) integrating various types of geospatial data using platform and API technology for mapping and spatial analysis.

Lot 219 Status: active

Lot 219 SME Suitable: Yes

Lot Title: Web Services and Application Programming Interface (API)

Lot Description: Web Services and Application Programming Interface (API) technologies that facilitate the transfer and collation of data between seperate applications. Enabling users to access, visualise, and analyse data, including geospatial data, through interactive software based services.

Lot 220 Status: active

Lot 220 SME Suitable: Yes

Lot Title: Data analytics including Artificial Intelligence (AI)

Lot Description: Data analytics and artificial intelligence (AI) tooling providing artificial AI powered software and platforms to analyse any dataset, extracting insights and patterns that can be used for informed decision-making. These services often include features like automated data cleaning, machine learning models, predictive analytics, natural language processing (NLP) and data visualisation tools to simplify complex data analysis processes. Data analytics including AI enabled analytics and AI tooling.

Lot 221 Status: active

Lot 221 SME Suitable: Yes

Lot Title: Aerial Photography Services

Lot Description: The acquisition, processing, and provision of orthorectified aerial photography and height data across Great Britain. This data is used by public sector organisations for mapping, environmental monitoring, infrastructure planning, and emergency response. Imagery may be real-time or historic.

Lot 222 Status: active

Lot 222 SME Suitable: Yes

Lot Title: Unmanned Autonomous Vehicles (UxVs) - Inspection Services

Lot Description: The use of Unmanned Autonomous Vehicles (UxVs) to inspect and survey infrastructure, buildings, and other assets.

Lot 223 Status: active

Lot 223 SME Suitable: Yes

Lot Title: Unmanned Autonomous Vehicles (UxVs) - Surveying Services

Lot Description: The use of Unmanned Autonomous Vehicles (UxVs) to map and measure areas, for mapping, monitoring and analysis.

Lot 224 Status: active

Lot 224 SME Suitable: Yes

Lot Title: Unmanned Autonomous Vehicles (UxVs) - Response Services

Lot Description: The use of Unmanned Autonomous Vehicles (UxVs) to help with emergency response.

Lot 225 Status: active

Lot 225 SME Suitable: Yes

Lot Title: Unmanned Autonomous Vehicles (UxVs) - Technical Support Services

Lot Description: The maintenance, repair, and certification of Unmanned Autonomous Vehicles (UxVs). Additionally includes remote technical support and fault diagnostics; fleet management; and UxV platform configuration and testing.

Lot 226 Status: active

Lot 226 SME Suitable: Yes

Lot Title: Other Unmanned Autonomous Vehicles (UxVs) Services

Lot Description: Other operations and services relating to Unmanned Autonomous Vehicles (UxVs) not covered elsewhere. Including but not limited to, the use, security and detection of UxVs.

Lot 227 Status: active

Lot 227 SME Suitable: Yes

Lot Title: PNT Situational Awareness Data Services

Lot Description: All data services for the purposes of Position, Navigation and Timing (PNT) Situational Awareness. Space Situational Awareness (SSA) is the ability to track and monitor objects in space and predict their future behaviour and location. This includes data processing, data analysis and situational awareness tools.

Lot 228 Status: active

Lot 228 SME Suitable: Yes

Lot Title: Trials support and Acceptance Testing

Lot Description: All trials support and acceptance testing for the purposes of testing a product or system. Trials and acceptance testing are used to ensure the quality and functionality of a product or system and verify that the performance objectives have been met. This would include test development, modelling and simulation as well as live testing and evaluation.

Lot 229 Status: active

Lot 229 SME Suitable: Yes

Lot Title: HAE Security approval and Certification

Lot Description: All aspects of the Host Application Equipment (HAE) security accreditation process using guidance documentation provided by the US authorities to enable statements to be made regarding classification of the equipment, resulting in HAE Level 2 certification. (As per GUE-PRD-772)

Lot 230 Status: active

Lot 230 SME Suitable: Yes

Lot Title: SRD Requirements authoring

Lot Description: Requirements relating to software development, creation and maintenance, including user requirements, system requirements and functional requirements, together with non-functional requirements such as security, and system design detail. Software requirements can be referred to as a Software Requirements Specification (SRS).

Lot 231 Status: active

Lot 231 SME Suitable: Yes

Lot Title: PNT Demilitarisation Services

Lot Description: All services for the purpose of the demilitarization and disposal of unneeded or unrepairable GNSS Encrypted Signal Receivers and the Security devices integrated into them, in accordance with guidance documentation provided by the US authorities. (As per PCU-PRD-771)

Lot 232 Status: active

Lot 232 SME Suitable: Yes

Lot Title: SATCOM - Space Segment Services

Lot Description: All elements of operations and services related to Satellite Communication (SATCOM) Space Segments. This includes use of spacecraft payloads, use of individual channels, transponders, or use of components and individual services on the spacecraft, such as antenna, software, data download, storage and analysis services.

Lot 233 Status: active

Lot 233 SME Suitable: Yes

Lot Title: SATCOM - Link Segment Services

Lot Description: All elements of Operations and Services related to Satellite Communication (SATCOM) Link Segments. This includes use of modems, waveforms, power, gain, antenna, and technology applicable to the link segment.

Lot 234 Status: active

Lot 234 SME Suitable: Yes

Lot Title: SATCOM - Ground Segment Services

Lot Description: All elements of operations and services related to Satellite Communication (SATCOM) Ground Segments. This includes use of ground segment networks, use of individual ground segment or use of components and individual services such as antenna and buildings, software, data download, storage and analysis services.

Lot 235 Status: active

Lot 235 SME Suitable: Yes

Lot Title: SATCOM - User Terminal Services

Lot Description: All elements of operations and services related to Satellite Communication (SATCOM) User Terminals for all types of terminals, fixed or portable, including Very Small Aperture Terminal (VSAT) and Broadband Global Area Network (BGAN). This includes services related to operating permissions and testing of user terminals.

Lot 236 Status: active

Lot 236 SME Suitable: Yes

Lot Title: SATCOM - Management Services

Lot Description: All elements of operations and services related to Satellite Communication (SATCOM) Management. This includes use of the management of SATCOM services, networks, hardware, and software.

Lot 237 Status: active

Lot 237 SME Suitable: Yes

Lot Title: SATCOM - Integration Services

Lot Description: All elements of Operations and Services related to Satellite Communication (SATCOM) Integration. This includes use of SATCOM services, spacecraft, networks, ground architecture, and expertise.

Lot 238 Status: active

Lot 238 SME Suitable: Yes

Lot Title: SATCOM - Launch Licensing Services

Lot Description: All services relating to licences under the Space Industry Act 2018 for the purposes of Satellite launch, such as Launch and return licence and Orbital operator licence. This includes the whole lifecycle of the licence from pre-licence planning and licence application to renewal and ongoing maintenance of an existing licence. These services include support with meeting the regulatory requirements for the licence, licence application, support with responses to the regulator and support with licencing issues.

Lot 239 Status: active

Lot 239 SME Suitable: Yes

Lot Title: SATCOM - Security Services

Lot Description: All operations and services related to Satellite Communication (SATCOM) Security Services. This includes the security of SATCOM services, networks, hardware, and software.

Lot 240 Status: active

Lot 240 SME Suitable: Yes

Lot Title: Electro-Optical and Video

Lot Description: Earth Imagery, captured from space, in optical and UV parts of the spectrum.

Lot 301 Status: active

Lot 301 SME Suitable: Yes

Lot Title: Synthetic Aperture Radar (SAR)

Lot Description: Earth Imagery, actively captured from remote platforms (planes, drones or space), in the microwave part of the spectrum, including 3D and all weather imaging.

Lot 302 Status: active

Lot 302 SME Suitable: Yes

Lot Title: Hyperspectral Imaging (HSI)

Lot Description: Earth Imagery, captured from space, across multiple regions of the spectrum, including data showing temporal changes and also land usage

Lot 303 Status: active

Lot 303 SME Suitable: Yes

Lot Title: Thermal Infrared (IR) Sensing

Lot Description: Earth Imagery, captured from space, in in the infra-red part of the spectrum

Lot 304 Status: active

Lot 304 SME Suitable: Yes

Lot Title: Radio Frequency (RF) Sensing

Lot Description: Data, passively captured from space, in the RF and microwave part of the spectrum, not necessarily of an imaging nature and including any processing of that data such as emitter classification, identification, geo-location, network analysis and communication interception

Lot 305 Status: active

Lot 305 SME Suitable: Yes

Lot Title: Elevation Data including Light Detection and Ranging (LiDAR)

Lot Description: Elevation Data including Light Detection and Ranging (LiDAR) Data related to physical elevation and relief.

Lot 306 Status: active

Lot 306 SME Suitable: Yes

Lot Title: Earth atmosphere and weather data

Lot Description: Data related to the Earth's atmosphere and associated factors, including winds, cloud cover, humidity, temperatures, pollution, rainfall.

Lot 307 Status: active

Lot 307 SME Suitable: Yes

Lot Title: Other Earth-related Data

Lot Description: Other data related to the Earth or its atmosphere and not covered elsewhere

Lot 308 Status: active

Lot 308 SME Suitable: Yes

Lot Title: Ionospheric, solar and space-weather/environmental-related data

Lot Description: Data related to the space environment including solar weather, solar and background radiation levels, magnetic field or gravitational field data

Lot 309 Status: active

Lot 309 SME Suitable: Yes

Lot Title: Space Track Data

Lot Description: Data related to the tracks of objects in space within the solar system. This includes objects human in origin and also natural objects

Lot 310 Status: active

Lot 310 SME Suitable: Yes

Lot Title: Space Object Data

Lot Description: Data related to the nature and history of objects in space including orientation, stability/tumble, status and activities and official records

Lot 311 Status: active

Lot 311 SME Suitable: Yes

Lot Title: Other Space-related Data

Lot Description: Other data related to Space, Space Domain Awareness or connected with operations in space, not covered elsewhere

Lot 312 Status: active

Lot 312 SME Suitable: Yes

Lot Title: Population Movement Data (PMD)

Lot Description: Data products and services relating to Population Movement Data (PMD). This is sometimes called geographic mobility data. PMD refers to information locating the movements of people between areas. This may include aggregated and anonymised counts of people, origins and destinations between areas or specific locations, and other associated derived metrics such as travel mode. PMD is collected by various forms of devices, chips and their associated software and look-ups, rather than survey or administrative sources. This may include mobile phones, wearable devices, payment card transactions, or smart sensors.

Lot 313 Status: active

Lot 313 SME Suitable: Yes

Lot Title: Aerial Photography

Lot Description: Real time and historic aerial imagery/photograph datasets and analysis of the Earth's surface, including offshore, taken from an aircraft, satellite, or other remote platform. Sometimes referred to as air or airbourne photography. For example, aerial imagery datasets allowing analysis of current and past land-use changes, infrastructure development, pollution and environmental mapping and transformations

Lot 314 Status: active

Lot 314 SME Suitable: Yes

Lot Title: Other Geospatial related data

Lot Description: Other geospatial data products, analysis and value-add services/applications, processing and analysis of Earth imagery to generate defined insights, specific to customer requirements. For example, topographic, address, vector, raster, networks and associated analysis / insight

Lot 315 Status: active

Lot 315 SME Suitable: Yes

Lot Title: Training

Lot Description: Training and development, including but not limited to the design and development of future courses or the delivery of training programmes furthering knowledge and capability in a space-related and geospatial environment

Lot 401 Status: active

Lot 401 SME Suitable: Yes

Lot Title: Security

Lot Description: All security services, including but not limited to risk assessment, governance, compliance and certification as well as cyber security and the development and implementation of secure systems

Lot 402 Status: active

Lot 402 SME Suitable: Yes

Lot Title: Safety

Lot Description: All safety services, including but not limited to risk and safety management, safety assurance and certification, safety advice for all stages of system development, and construction in a space-related and geospatial environment

Lot 403 Status: active

Lot 403 SME Suitable: Yes

Lot Title: Architecture, Design and Specification inc. Requirements Elicitation

Lot Description: Capability and expertise in the field of Space-related and geospatial architecture and design, as well as requirements elicitation, which practices include interviews, questionnaires, user observation, workshops, brainstorming, use cases, role playing and prototyping

Lot 404 Status: active

Lot 404 SME Suitable: Yes

Lot Title: Environmental

Lot Description: Expert and professional services, such as but not limited to Environmental Risk and Impact Assessments, Strategy development, and Sustainability design, planning and compliance.

Lot 405 Status: active

Lot 405 SME Suitable: Yes

Lot Title: Academic Research, inc Astronomy, Cosmology

Lot Description: The application and use of academic study, resource and access to specialist knowledge and capability for enhanced understanding in the realm of Space-related and geospatial endeavours

Lot 406 Status: active

Lot 406 SME Suitable: Yes

Lot Title: Independent Testing/Evaluation/Validation/Verification and Trials Support

Lot Description: Capability and expertise in the field of testing, evaluation, validation, verification and trials support, including access to specialist controlled environments for the purpose of independent evaluation, modelling and concept development throughout the product's lifecycle

Lot 407 Status: active

Lot 407 SME Suitable: Yes

Lot Title: Geodesy

Lot Description: Capability and expertise in the field of Geodesy, including but not limited to professional advice to review, evaluate proposals, undertake geodetic computations and/or develop reports or undertake studies on Earth's Orientation, Positioning, Gravity Field, Objects Orientation in space etc.

Lot 408 Status: active

Lot 408 SME Suitable: Yes

Lot Title: Concepts

Lot Description: A concept paper sets out and explains what a proposed study is about, why it is being undertaken and how the study will be carried out. It provides scrutiny of an idea and an overview of the project the researcher wants to embark on. It may also provide benefit assessment and business case support and development.

Lot 409 Status: active

Lot 409 SME Suitable: Yes

Lot Title: Doctrines

Lot Description: A Doctrine paper outlines the legal resource methodology in space legislation (also called black letter).

Lot 410 Status: active

Lot 410 SME Suitable: Yes

Lot Title: Regulatory, Law, Licensing

Lot Description: Expert and professional services, such as but not limited to compliance with legal and regulatory requirements, interpreting legislation, offering advice on best practices, assisting with the preparation and submission of necessary applications or documentation.

Lot 411 Status: active

Lot 411 SME Suitable: Yes

Lot Title: System Integration

Lot Description: Expert and professional services providing guidance and support to organisations seeking to connect various systems, applications, and technologies to work together seamlessly. This service encompasses assessing current system architectures, identifying integration needs, providing strategic recommendations, and helping to implement solutions that enhance interoperability and data exchange.

Lot 412 Status: active

Lot 412 SME Suitable: Yes

Lot Title: Project Management, Maintenance, Engineering and Operations Support

Lot Description: Expert and professional services for maintenance, engineering, and operations support.

Lot 413 Status: active

Lot 413 SME Suitable: Yes

Lot Title: Unmanned Autonomous Vehicles (UxVs) - Engineering Support

Lot Description: Expert and professional services providing engineering support for Unmanned Autonomous Vehicles (UxVs). Involves specialised consultation and technical expertise such as but not limited to enhancing the design, development, and operational efficiency of UxV systems.

Lot 414 Status: active

Lot 414 SME Suitable: Yes

Lot Title: Unmanned Autonomous Vehicles (UxVs) - Safety

Lot Description: Expert and professional services for safety for Unmanned Autonomous Vehicles (UxVs). Such as but not limited to the safe operation and management of UxV operations, development and implementation of safety protocols, risk assessment methodologies, and regulatory compliance strategies specific to UxVs and their usage

Lot 415 Status: active

Lot 415 SME Suitable: Yes

Lot Title: Unmanned Autonomous Vehicles (UxVs) - Regulatory, Law, Licensing

Lot Description: Expert and professional services on regulatory, licensing, and law for Unmanned Autonomous Vehicles (UxVs). Such as but not limited to informing clients about current laws, regulations, and industry standards governing the use of UxVs, for example, airspace management, operational limitations, and safety requirements.

Lot 416 Status: active

Lot 416 SME Suitable: Yes

Lot Title: Unmanned Autonomous Vehicles (UxVs) - Independent Testing/Evaluation/Validation/Verification and Trials Support

Lot Description: Expert and professional services for testing and trials of Unmanned Autonomous Vehicles (UxVs) provide comprehensive support to organisations seeking to validate the performance and safety of their UxV systems. These services encompass but are not linited to expert consultation on the development of testing methodologies, including the design and execution of trials, data collection protocols, and performance assessments

Lot 417 Status: active

Lot 417 SME Suitable: Yes

Lot Title: Unmanned Autonomous Vehicles (UxVs) - Environmental

Lot Description: Expert and professional services for the environmental and sustainability aspects of Unmanned Autonomous Vehicles (UxVs) provide organisations with expert guidance on minimising the ecological impact of UxV operations while promoting sustainable practices. These services encompass but are not linited to the assessment of environmental effects related to UxV deployment, such as noise pollution, emissions, and potential wildlife disturbances.

Lot 418 Status: active

Lot 418 SME Suitable: Yes

Lot Title: SATCOM - Training

Lot Description: All advisory, consultancy, and academia related to Satellite Communication (SATCOM) Training. This includes training of SATCOM services, networks, terminals, hardware, and software

Lot 419 Status: active

Lot 419 SME Suitable: Yes

Lot Title: SATCOM - Safety

Lot Description: All advisory, consultancy, and academia related to Satellite Communication (SATCOM) Safety. This includes safety of SATCOM services, networks, terminals, hardware, and software

Lot 420 Status: active

Lot 420 SME Suitable: Yes

Lot Title: SATCOM - Independent Testing/Evaluation/Validation/ Verification and Trials Support

Lot Description: All advisory, consultancy, and academia related to Satellite Communication (SATCOM) independent testing, evaluation, validation, verification, and trail support. This includes support of SATCOM services, networks, terminals, hardware, and software.

Lot 421 Status: active

Lot 421 SME Suitable: Yes

Lot Title: SATCOM - Environmental

Lot Description: All advisory, consultancy, and academia related to Satellite Communication (SATCOM) environmental support. This includes all aspects of environmental services, such as risk and impact assessments, strategy, and sustainability and compliance within SATCOM

Lot 422 Status: active

Lot 422 SME Suitable: Yes

Lot Title: SATCOM - Situational Awareness

Lot Description: All equipment, technology and services related to SATCOM Situational Awareness. Situational Awareness is the ability to monitor conditions, such as where objects are in apace and predict future hazards. This includes detection, tracking and cataloguing of space objects, Space Weather, as well as situational analysis and warnings.

Lot 423 Status: active

Lot 423 SME Suitable: Yes

Lot Title: SATCOM - Engineering Support

Lot Description: All engineering support related to SATCOM. This includes satellite command and control, flight dynamics, mission control maintenance, ground segment, networks, software, and general engineering services.

Lot 424 Status: active

Lot 424 SME Suitable: Yes

Lot Title: SATCOM - Academic Research, including Market Assessment Studies

Lot Description: The application and use of academic study, resource and access to specialist knowledge and capability for the enhanced understanding in the realm of SATCOM related endeavours.

Lot 425 Status: active

Lot 425 SME Suitable: Yes

Documents

Document Description: Not published

Document Description: Customer List

Document Description: Dynamic market intention notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PBZB-4962-TVLR",
    "name": "Crown Commercial Service"
  },
  "date": "2025-07-01T10:20:58+01:00",
  "id": "036304-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-0510f8",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Liverpool",
        "postalCode": "L3 9PP",
        "region": "UKD72",
        "streetAddress": "9th Floor, The Capital, Old Hall Street"
      },
      "contactPoint": {
        "email": "supplier@crowncommercial.gov.uk",
        "telephone": "+44 3454102222"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://www.gov.uk/ccs"
      },
      "id": "GB-PPON-PBZB-4962-TVLR",
      "identifier": {
        "id": "PBZB-4962-TVLR",
        "scheme": "GB-PPON"
      },
      "name": "Crown Commercial Service",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "coveredBy": [
      "GPA",
      "CPTPP"
    ],
    "description": "Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Dynamic Market for the provision of Space Technology Solutions to be utilised by Central Government Departments and all other UK Public Sector Bodies (the full list is included below the \u0027 Awarding Contracts\u0027 section of this notice). \nThe RM6370 Space Technology Solutions Dynamic Market provides civil and defence related space and geospatial requirements, including related technology, operations, data and advisory solutions (Space Technology Solutions). The Dynamic Market provides a broad scope of goods, works and/or services related to the following deliverables: satellite communications; unmanned autonomous vehicles (UxVs); geospatial and remote sensing; upstream launch services; design and manufacture; space domain awareness; space command and control; rapid deployment capability; research and development; position, navigation and timing; intelligence, surveillance and reconnaissance; sustainability; security, risk and insurance consulting. The range of goods, works and/or services is broad and intended to capture commercially viable products and services which may be \u2018off the shelf\u2019 or bespoke to the buyer requirement. The Dynamic Market is divided into categories, called \u2018Parts\u2019. Each Part provides specific goods, works and/or services, as detailed in the Part descriptions. \nThe initial duration of the Dynamic Market will be six years with an optional extension of two years. An application to be appointed to the Dynamic Market, in response to this Dynamic Market Notice, can be made at any time before the End Date of the Dynamic Market.\nAn application can be made as a single legal entity or as a special purpose vehicle (SPV). \nPlease note that all members of a consortium (where an SPV has not been formed) wishing to tender for buyer contracts with reference to this Dynamic Market must submit their own separate application for appointment to the Dynamic Market. \nThe Conditions for Membership for this Dynamic Market Space Technology Solutions, RM6370, are detailed in this Dynamic Market Notice. \nThe Dynamic Market Terms of Use as provided by Crown Commercial Service, available in the Information Pack, govern the Supplier\u2019s interaction with the Dynamic Market. These Terms are additional to the Supplier\u2019s Conditions for Membership which the Supplier must satisfy to become a member of the Dynamic Market. \nThe process followed by buyers to award a contract with reference to this Dynamic Market is governed by section 34 of the Procurement Act 2023. Section 34 allows buyers to award a contract with reference to an \u2018appropriate dynamic market\u2019, provided the competitive flexible procedure is used. An appropriate dynamic market is one which covers the goods, works and/or services that the buyer wishes to purchase. Please note it is the suppliers responsibility to monitor Find a Tender service for any transparency notices published for contracts with reference to this Dynamic Market and respond accordingly.\nThe Dynamic Market Information Pack contains the Terms of Use and instructions on how to submit an application to join the Dynamic Market and is available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "description": "Customer List",
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-2597",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2597"
      },
      {
        "datePublished": "2025-07-01T10:20:58+01:00",
        "description": "Dynamic market intention notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "036304-2025",
        "noticeType": "UK13",
        "url": "https://www.find-tender.service.gov.uk/Notice/036304-2025"
      }
    ],
    "id": "RM6370",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "101",
        "relatedLot": "101"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Aircraft and spacecraft",
            "id": "34700000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          }
        ],
        "id": "102",
        "relatedLot": "102"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Aircraft and spacecraft",
            "id": "34700000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          }
        ],
        "id": "103",
        "relatedLot": "103"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Transport equipment and auxiliary products to transportation",
            "id": "34000000",
            "scheme": "CPV"
          },
          {
            "description": "Military spacecrafts",
            "id": "35630000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          }
        ],
        "id": "104",
        "relatedLot": "104"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Radar station construction work",
            "id": "45223400",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "105",
        "relatedLot": "105"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          }
        ],
        "id": "106",
        "relatedLot": "106"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "107",
        "relatedLot": "107"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Command, control, communication and computer systems",
            "id": "35710000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "108",
        "relatedLot": "108"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Transport equipment and auxiliary products to transportation",
            "id": "34000000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Construction work",
            "id": "45000000",
            "scheme": "CPV"
          }
        ],
        "id": "109",
        "relatedLot": "109"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Aircraft and spacecraft",
            "id": "34700000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Radar station construction work",
            "id": "45223400",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "110",
        "relatedLot": "110"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Transport equipment and auxiliary products to transportation",
            "id": "34000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Radar station construction work",
            "id": "45223400",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "111",
        "relatedLot": "111"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Aircraft and spacecraft",
            "id": "34700000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Radar station construction work",
            "id": "45223400",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          }
        ],
        "id": "112",
        "relatedLot": "112"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Aircraft or spacecraft equipment, trainers, simulators and associated parts",
            "id": "34740000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Research, testing and scientific technical simulator",
            "id": "38970000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "113",
        "relatedLot": "113"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Aircraft and spacecraft",
            "id": "34700000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "114",
        "relatedLot": "114"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Transport equipment and auxiliary products to transportation",
            "id": "34000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services of military aircrafts, missiles and spacecrafts",
            "id": "50650000",
            "scheme": "CPV"
          }
        ],
        "id": "115",
        "relatedLot": "115"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Transport equipment and auxiliary products to transportation",
            "id": "34000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          }
        ],
        "id": "116",
        "relatedLot": "116"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Aircraft and spacecraft",
            "id": "34700000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Radar station construction work",
            "id": "45223400",
            "scheme": "CPV"
          }
        ],
        "id": "117",
        "relatedLot": "117"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Transport equipment and auxiliary products to transportation",
            "id": "34000000",
            "scheme": "CPV"
          },
          {
            "description": "Military vehicles and associated parts",
            "id": "35400000",
            "scheme": "CPV"
          },
          {
            "description": "Unmanned aerial vehicles",
            "id": "35613000",
            "scheme": "CPV"
          },
          {
            "description": "Unmanned underwater vehicles",
            "id": "35512400",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          }
        ],
        "id": "118",
        "relatedLot": "118"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Transport equipment and auxiliary products to transportation",
            "id": "34000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          }
        ],
        "id": "119",
        "relatedLot": "119"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Transport equipment and auxiliary products to transportation",
            "id": "34000000",
            "scheme": "CPV"
          },
          {
            "description": "Sensors",
            "id": "35125100",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          }
        ],
        "id": "120",
        "relatedLot": "120"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Transport equipment and auxiliary products to transportation",
            "id": "34000000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Radar station construction work",
            "id": "45223400",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "121",
        "relatedLot": "121"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Transport equipment and auxiliary products to transportation",
            "id": "34000000",
            "scheme": "CPV"
          },
          {
            "description": "Sensors",
            "id": "35125100",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          }
        ],
        "id": "122",
        "relatedLot": "122"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Transport equipment and auxiliary products to transportation",
            "id": "34000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          }
        ],
        "id": "123",
        "relatedLot": "123"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Transport equipment and auxiliary products to transportation",
            "id": "34000000",
            "scheme": "CPV"
          },
          {
            "description": "Sensors",
            "id": "35125100",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "124",
        "relatedLot": "124"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Navigation equipment",
            "id": "34933000",
            "scheme": "CPV"
          },
          {
            "description": "Sensors",
            "id": "35125100",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "125",
        "relatedLot": "125"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Navigation equipment",
            "id": "34933000",
            "scheme": "CPV"
          },
          {
            "description": "Sensors",
            "id": "35125100",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "126",
        "relatedLot": "126"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Navigation equipment",
            "id": "34933000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "127",
        "relatedLot": "127"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Navigation equipment",
            "id": "34933000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "128",
        "relatedLot": "128"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Navigation equipment",
            "id": "34933000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Clocks",
            "id": "39254100",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "129",
        "relatedLot": "129"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Navigation equipment",
            "id": "34933000",
            "scheme": "CPV"
          },
          {
            "description": "Sensors",
            "id": "35125100",
            "scheme": "CPV"
          },
          {
            "description": "Time control system or working time recorder",
            "id": "35125200",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "130",
        "relatedLot": "130"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Navigation equipment",
            "id": "34933000",
            "scheme": "CPV"
          },
          {
            "description": "Sensors",
            "id": "35125100",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "131",
        "relatedLot": "131"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Navigation equipment",
            "id": "34933000",
            "scheme": "CPV"
          },
          {
            "description": "Sensors",
            "id": "35125100",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "132",
        "relatedLot": "132"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Transport equipment and auxiliary products to transportation",
            "id": "34000000",
            "scheme": "CPV"
          },
          {
            "description": "Sensors",
            "id": "35125100",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "133",
        "relatedLot": "133"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          }
        ],
        "id": "134",
        "relatedLot": "134"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          }
        ],
        "id": "135",
        "relatedLot": "135"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          }
        ],
        "id": "136",
        "relatedLot": "136"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Aircraft and spacecraft",
            "id": "34700000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "137",
        "relatedLot": "137"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Navigation equipment",
            "id": "34933000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          }
        ],
        "id": "138",
        "relatedLot": "138"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Transport equipment and auxiliary products to transportation",
            "id": "34000000",
            "scheme": "CPV"
          },
          {
            "description": "Sensors",
            "id": "35125100",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "139",
        "relatedLot": "139"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Transport equipment and auxiliary products to transportation",
            "id": "34000000",
            "scheme": "CPV"
          },
          {
            "description": "Military spacecrafts",
            "id": "35630000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          }
        ],
        "id": "140",
        "relatedLot": "140"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Aircraft and spacecraft",
            "id": "34700000",
            "scheme": "CPV"
          },
          {
            "description": "Military spacecrafts",
            "id": "35630000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          }
        ],
        "id": "141",
        "relatedLot": "141"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Radar station construction work",
            "id": "45223400",
            "scheme": "CPV"
          }
        ],
        "id": "142",
        "relatedLot": "142"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          }
        ],
        "id": "143",
        "relatedLot": "143"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "144",
        "relatedLot": "144"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Aircraft and spacecraft",
            "id": "34700000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous general and special-purpose machinery",
            "id": "42900000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          }
        ],
        "id": "145",
        "relatedLot": "145"
      },
      {
        "additionalClassifications": [
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Transport equipment and auxiliary products to transportation",
            "id": "34000000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          },
          {
            "description": "Satellite launch services",
            "id": "60510000",
            "scheme": "CPV"
          }
        ],
        "id": "146",
        "relatedLot": "146"
      },
      {
        "additionalClassifications": [
          {
            "description": "Computer equipment and supplies",
            "id": "30200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "147",
        "relatedLot": "147"
      },
      {
        "additionalClassifications": [
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Defence services",
            "id": "75220000",
            "scheme": "CPV"
          }
        ],
        "id": "201",
        "relatedLot": "201"
      },
      {
        "additionalClassifications": [
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          }
        ],
        "id": "202",
        "relatedLot": "202"
      },
      {
        "additionalClassifications": [
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          },
          {
            "description": "Administration, defence and social security services",
            "id": "75000000",
            "scheme": "CPV"
          }
        ],
        "id": "203",
        "relatedLot": "203"
      },
      {
        "additionalClassifications": [
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          }
        ],
        "id": "204",
        "relatedLot": "204"
      },
      {
        "additionalClassifications": [
          {
            "description": "Satellite-related communications equipment",
            "id": "32530000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Administration, defence and social security services",
            "id": "75000000",
            "scheme": "CPV"
          }
        ],
        "id": "205",
        "relatedLot": "205"
      },
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          },
          {
            "description": "Administration, defence and social security services",
            "id": "75000000",
            "scheme": "CPV"
          }
        ],
        "id": "206",
        "relatedLot": "206"
      },
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Administration, defence and social security services",
            "id": "75000000",
            "scheme": "CPV"
          }
        ],
        "id": "207",
        "relatedLot": "207"
      },
      {
        "additionalClassifications": [
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Administration, defence and social security services",
            "id": "75000000",
            "scheme": "CPV"
          },
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          }
        ],
        "id": "208",
        "relatedLot": "208"
      },
      {
        "additionalClassifications": [
          {
            "description": "Geological, geophysical and other scientific prospecting services",
            "id": "71351000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          }
        ],
        "id": "209",
        "relatedLot": "209"
      },
      {
        "additionalClassifications": [
          {
            "description": "Telecommunications-infrastructure maintenance services",
            "id": "50332000",
            "scheme": "CPV"
          },
          {
            "description": "Satellite circuit rental services",
            "id": "64214100",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          }
        ],
        "id": "210",
        "relatedLot": "210"
      },
      {
        "additionalClassifications": [
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          }
        ],
        "id": "211",
        "relatedLot": "211"
      },
      {
        "additionalClassifications": [
          {
            "description": "Spacecraft, satellites and launch vehicles",
            "id": "34712000",
            "scheme": "CPV"
          },
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          }
        ],
        "id": "212",
        "relatedLot": "212"
      },
      {
        "additionalClassifications": [
          {
            "description": "Aircraft or spacecraft equipment, trainers, simulators and associated parts",
            "id": "34740000",
            "scheme": "CPV"
          },
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          },
          {
            "description": "Training services",
            "id": "80500000",
            "scheme": "CPV"
          },
          {
            "description": "Training services in defence and security materials",
            "id": "80600000",
            "scheme": "CPV"
          }
        ],
        "id": "213",
        "relatedLot": "213"
      },
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          }
        ],
        "id": "214",
        "relatedLot": "214"
      },
      {
        "additionalClassifications": [
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          },
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          }
        ],
        "id": "215",
        "relatedLot": "215"
      },
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          },
          {
            "description": "Decommissioning services",
            "id": "98391000",
            "scheme": "CPV"
          }
        ],
        "id": "216",
        "relatedLot": "216"
      },
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          },
          {
            "description": "Decommissioning services",
            "id": "98391000",
            "scheme": "CPV"
          }
        ],
        "id": "217",
        "relatedLot": "217"
      },
      {
        "additionalClassifications": [
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "Geological, geophysical and other scientific prospecting services",
            "id": "71351000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Administration, defence and social security services",
            "id": "75000000",
            "scheme": "CPV"
          },
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          }
        ],
        "id": "218",
        "relatedLot": "218"
      },
      {
        "additionalClassifications": [
          {
            "description": "Geological, geophysical and other scientific prospecting services",
            "id": "71351000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          }
        ],
        "id": "219",
        "relatedLot": "219"
      },
      {
        "additionalClassifications": [
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          }
        ],
        "id": "220",
        "relatedLot": "220"
      },
      {
        "additionalClassifications": [
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          }
        ],
        "id": "221",
        "relatedLot": "221"
      },
      {
        "additionalClassifications": [
          {
            "description": "Aerial photography services",
            "id": "79961200",
            "scheme": "CPV"
          },
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          }
        ],
        "id": "222",
        "relatedLot": "222"
      },
      {
        "additionalClassifications": [
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          },
          {
            "description": "Unmanned aerial vehicles",
            "id": "35613000",
            "scheme": "CPV"
          },
          {
            "description": "Specialist vehicles",
            "id": "34114000",
            "scheme": "CPV"
          },
          {
            "description": "Unmanned underwater vehicles",
            "id": "35512400",
            "scheme": "CPV"
          }
        ],
        "id": "223",
        "relatedLot": "223"
      },
      {
        "additionalClassifications": [
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          },
          {
            "description": "Unmanned aerial vehicles",
            "id": "35613000",
            "scheme": "CPV"
          },
          {
            "description": "Specialist vehicles",
            "id": "34114000",
            "scheme": "CPV"
          },
          {
            "description": "Unmanned underwater vehicles",
            "id": "35512400",
            "scheme": "CPV"
          }
        ],
        "id": "224",
        "relatedLot": "224"
      },
      {
        "additionalClassifications": [
          {
            "description": "Administration, defence and social security services",
            "id": "75000000",
            "scheme": "CPV"
          },
          {
            "description": "Emergency and security equipment",
            "id": "35100000",
            "scheme": "CPV"
          },
          {
            "description": "Unmanned aerial vehicles",
            "id": "35613000",
            "scheme": "CPV"
          },
          {
            "description": "Specialist vehicles",
            "id": "34114000",
            "scheme": "CPV"
          },
          {
            "description": "Unmanned underwater vehicles",
            "id": "35512400",
            "scheme": "CPV"
          }
        ],
        "id": "225",
        "relatedLot": "225"
      },
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          }
        ],
        "id": "226",
        "relatedLot": "226"
      },
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Defence services",
            "id": "75220000",
            "scheme": "CPV"
          },
          {
            "description": "Training services in defence and security materials",
            "id": "80600000",
            "scheme": "CPV"
          },
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          },
          {
            "description": "Nuclear safety services",
            "id": "98113100",
            "scheme": "CPV"
          },
          {
            "description": "Decommissioning services",
            "id": "98391000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          },
          {
            "description": "Training services",
            "id": "80500000",
            "scheme": "CPV"
          }
        ],
        "id": "227",
        "relatedLot": "227"
      },
      {
        "additionalClassifications": [
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          },
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          }
        ],
        "id": "228",
        "relatedLot": "228"
      },
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          },
          {
            "description": "Training services",
            "id": "80500000",
            "scheme": "CPV"
          },
          {
            "description": "Training services in defence and security materials",
            "id": "80600000",
            "scheme": "CPV"
          }
        ],
        "id": "229",
        "relatedLot": "229"
      },
      {
        "additionalClassifications": [
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          },
          {
            "description": "Administration, defence and social security services",
            "id": "75000000",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          }
        ],
        "id": "230",
        "relatedLot": "230"
      },
      {
        "additionalClassifications": [
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          },
          {
            "description": "Security services",
            "id": "79710000",
            "scheme": "CPV"
          }
        ],
        "id": "231",
        "relatedLot": "231"
      },
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Security services",
            "id": "79710000",
            "scheme": "CPV"
          },
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          },
          {
            "description": "Decommissioning services",
            "id": "98391000",
            "scheme": "CPV"
          }
        ],
        "id": "232",
        "relatedLot": "232"
      },
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "Telecommunications services",
            "id": "64200000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          }
        ],
        "id": "233",
        "relatedLot": "233"
      },
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Telecommunications services",
            "id": "64200000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          }
        ],
        "id": "234",
        "relatedLot": "234"
      },
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Telecommunications services",
            "id": "64200000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          }
        ],
        "id": "235",
        "relatedLot": "235"
      },
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Telecommunications services",
            "id": "64200000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          }
        ],
        "id": "236",
        "relatedLot": "236"
      },
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Telecommunications services",
            "id": "64200000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          },
          {
            "description": "Training services",
            "id": "80500000",
            "scheme": "CPV"
          },
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          }
        ],
        "id": "237",
        "relatedLot": "237"
      },
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Telecommunications services",
            "id": "64200000",
            "scheme": "CPV"
          },
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          }
        ],
        "id": "238",
        "relatedLot": "238"
      },
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Telecommunications services",
            "id": "64200000",
            "scheme": "CPV"
          },
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          }
        ],
        "id": "239",
        "relatedLot": "239"
      },
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Telecommunications services",
            "id": "64200000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          },
          {
            "description": "Training services in defence and security materials",
            "id": "80600000",
            "scheme": "CPV"
          }
        ],
        "id": "240",
        "relatedLot": "240"
      },
      {
        "additionalClassifications": [
          {
            "description": "Data-bearing media",
            "id": "32584000",
            "scheme": "CPV"
          },
          {
            "description": "Geographic information systems (GIS or equivalent)",
            "id": "38221000",
            "scheme": "CPV"
          },
          {
            "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances",
            "id": "38290000",
            "scheme": "CPV"
          },
          {
            "description": "Electronic data management (EDM)",
            "id": "48613000",
            "scheme": "CPV"
          },
          {
            "description": "Data-acquisition system",
            "id": "48614000",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data acquisition services",
            "id": "71352120",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data collection services",
            "id": "71352130",
            "scheme": "CPV"
          },
          {
            "description": "Software-related services",
            "id": "72260000",
            "scheme": "CPV"
          },
          {
            "description": "Data services",
            "id": "72300000",
            "scheme": "CPV"
          }
        ],
        "id": "301",
        "relatedLot": "301"
      },
      {
        "additionalClassifications": [
          {
            "description": "Data services",
            "id": "72300000",
            "scheme": "CPV"
          },
          {
            "description": "Geographic information systems (GIS or equivalent)",
            "id": "38221000",
            "scheme": "CPV"
          },
          {
            "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances",
            "id": "38290000",
            "scheme": "CPV"
          },
          {
            "description": "Data-acquisition system",
            "id": "48614000",
            "scheme": "CPV"
          },
          {
            "description": "Software-related services",
            "id": "72260000",
            "scheme": "CPV"
          },
          {
            "description": "Data-bearing media",
            "id": "32584000",
            "scheme": "CPV"
          },
          {
            "description": "Electronic data management (EDM)",
            "id": "48613000",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data acquisition services",
            "id": "71352120",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data collection services",
            "id": "71352130",
            "scheme": "CPV"
          }
        ],
        "id": "302",
        "relatedLot": "302"
      },
      {
        "additionalClassifications": [
          {
            "description": "Data services",
            "id": "72300000",
            "scheme": "CPV"
          },
          {
            "description": "Geographic information systems (GIS or equivalent)",
            "id": "38221000",
            "scheme": "CPV"
          },
          {
            "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances",
            "id": "38290000",
            "scheme": "CPV"
          },
          {
            "description": "Data-acquisition system",
            "id": "48614000",
            "scheme": "CPV"
          },
          {
            "description": "Software-related services",
            "id": "72260000",
            "scheme": "CPV"
          },
          {
            "description": "Data-bearing media",
            "id": "32584000",
            "scheme": "CPV"
          },
          {
            "description": "Electronic data management (EDM)",
            "id": "48613000",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data acquisition services",
            "id": "71352120",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data collection services",
            "id": "71352130",
            "scheme": "CPV"
          }
        ],
        "id": "303",
        "relatedLot": "303"
      },
      {
        "additionalClassifications": [
          {
            "description": "Data services",
            "id": "72300000",
            "scheme": "CPV"
          },
          {
            "description": "Geographic information systems (GIS or equivalent)",
            "id": "38221000",
            "scheme": "CPV"
          },
          {
            "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances",
            "id": "38290000",
            "scheme": "CPV"
          },
          {
            "description": "Data-acquisition system",
            "id": "48614000",
            "scheme": "CPV"
          },
          {
            "description": "Software-related services",
            "id": "72260000",
            "scheme": "CPV"
          },
          {
            "description": "Data-bearing media",
            "id": "32584000",
            "scheme": "CPV"
          },
          {
            "description": "Electronic data management (EDM)",
            "id": "48613000",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data acquisition services",
            "id": "71352120",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data collection services",
            "id": "71352130",
            "scheme": "CPV"
          }
        ],
        "id": "304",
        "relatedLot": "304"
      },
      {
        "additionalClassifications": [
          {
            "description": "Data services",
            "id": "72300000",
            "scheme": "CPV"
          },
          {
            "description": "Geographic information systems (GIS or equivalent)",
            "id": "38221000",
            "scheme": "CPV"
          },
          {
            "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances",
            "id": "38290000",
            "scheme": "CPV"
          },
          {
            "description": "Data-acquisition system",
            "id": "48614000",
            "scheme": "CPV"
          },
          {
            "description": "Software-related services",
            "id": "72260000",
            "scheme": "CPV"
          },
          {
            "description": "Data-bearing media",
            "id": "32584000",
            "scheme": "CPV"
          },
          {
            "description": "Electronic data management (EDM)",
            "id": "48613000",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data acquisition services",
            "id": "71352120",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data collection services",
            "id": "71352130",
            "scheme": "CPV"
          }
        ],
        "id": "305",
        "relatedLot": "305"
      },
      {
        "additionalClassifications": [
          {
            "description": "Data services",
            "id": "72300000",
            "scheme": "CPV"
          },
          {
            "description": "Geographic information systems (GIS or equivalent)",
            "id": "38221000",
            "scheme": "CPV"
          },
          {
            "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances",
            "id": "38290000",
            "scheme": "CPV"
          },
          {
            "description": "Data-acquisition system",
            "id": "48614000",
            "scheme": "CPV"
          },
          {
            "description": "Software-related services",
            "id": "72260000",
            "scheme": "CPV"
          },
          {
            "description": "Data-bearing media",
            "id": "32584000",
            "scheme": "CPV"
          },
          {
            "description": "Electronic data management (EDM)",
            "id": "48613000",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data acquisition services",
            "id": "71352120",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data collection services",
            "id": "71352130",
            "scheme": "CPV"
          }
        ],
        "id": "306",
        "relatedLot": "306"
      },
      {
        "additionalClassifications": [
          {
            "description": "Data services",
            "id": "72300000",
            "scheme": "CPV"
          },
          {
            "description": "Geographic information systems (GIS or equivalent)",
            "id": "38221000",
            "scheme": "CPV"
          },
          {
            "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances",
            "id": "38290000",
            "scheme": "CPV"
          },
          {
            "description": "Data-acquisition system",
            "id": "48614000",
            "scheme": "CPV"
          },
          {
            "description": "Software-related services",
            "id": "72260000",
            "scheme": "CPV"
          },
          {
            "description": "Data-bearing media",
            "id": "32584000",
            "scheme": "CPV"
          },
          {
            "description": "Electronic data management (EDM)",
            "id": "48613000",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data acquisition services",
            "id": "71352120",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data collection services",
            "id": "71352130",
            "scheme": "CPV"
          }
        ],
        "id": "307",
        "relatedLot": "307"
      },
      {
        "additionalClassifications": [
          {
            "description": "Data services",
            "id": "72300000",
            "scheme": "CPV"
          },
          {
            "description": "Geographic information systems (GIS or equivalent)",
            "id": "38221000",
            "scheme": "CPV"
          },
          {
            "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances",
            "id": "38290000",
            "scheme": "CPV"
          },
          {
            "description": "Data-acquisition system",
            "id": "48614000",
            "scheme": "CPV"
          },
          {
            "description": "Software-related services",
            "id": "72260000",
            "scheme": "CPV"
          },
          {
            "description": "Data-bearing media",
            "id": "32584000",
            "scheme": "CPV"
          },
          {
            "description": "Electronic data management (EDM)",
            "id": "48613000",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data acquisition services",
            "id": "71352120",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data collection services",
            "id": "71352130",
            "scheme": "CPV"
          }
        ],
        "id": "308",
        "relatedLot": "308"
      },
      {
        "additionalClassifications": [
          {
            "description": "Data services",
            "id": "72300000",
            "scheme": "CPV"
          },
          {
            "description": "Geographic information systems (GIS or equivalent)",
            "id": "38221000",
            "scheme": "CPV"
          },
          {
            "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances",
            "id": "38290000",
            "scheme": "CPV"
          },
          {
            "description": "Data-acquisition system",
            "id": "48614000",
            "scheme": "CPV"
          },
          {
            "description": "Software-related services",
            "id": "72260000",
            "scheme": "CPV"
          },
          {
            "description": "Data-bearing media",
            "id": "32584000",
            "scheme": "CPV"
          },
          {
            "description": "Electronic data management (EDM)",
            "id": "48613000",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data acquisition services",
            "id": "71352120",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data collection services",
            "id": "71352130",
            "scheme": "CPV"
          }
        ],
        "id": "309",
        "relatedLot": "309"
      },
      {
        "additionalClassifications": [
          {
            "description": "Data services",
            "id": "72300000",
            "scheme": "CPV"
          },
          {
            "description": "Geographic information systems (GIS or equivalent)",
            "id": "38221000",
            "scheme": "CPV"
          },
          {
            "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances",
            "id": "38290000",
            "scheme": "CPV"
          },
          {
            "description": "Data-acquisition system",
            "id": "48614000",
            "scheme": "CPV"
          },
          {
            "description": "Software-related services",
            "id": "72260000",
            "scheme": "CPV"
          },
          {
            "description": "Data-bearing media",
            "id": "32584000",
            "scheme": "CPV"
          },
          {
            "description": "Electronic data management (EDM)",
            "id": "48613000",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data acquisition services",
            "id": "71352120",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data collection services",
            "id": "71352130",
            "scheme": "CPV"
          }
        ],
        "id": "310",
        "relatedLot": "310"
      },
      {
        "additionalClassifications": [
          {
            "description": "Data services",
            "id": "72300000",
            "scheme": "CPV"
          },
          {
            "description": "Geographic information systems (GIS or equivalent)",
            "id": "38221000",
            "scheme": "CPV"
          },
          {
            "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances",
            "id": "38290000",
            "scheme": "CPV"
          },
          {
            "description": "Data-acquisition system",
            "id": "48614000",
            "scheme": "CPV"
          },
          {
            "description": "Software-related services",
            "id": "72260000",
            "scheme": "CPV"
          },
          {
            "description": "Data-bearing media",
            "id": "32584000",
            "scheme": "CPV"
          },
          {
            "description": "Electronic data management (EDM)",
            "id": "48613000",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data acquisition services",
            "id": "71352120",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data collection services",
            "id": "71352130",
            "scheme": "CPV"
          }
        ],
        "id": "311",
        "relatedLot": "311"
      },
      {
        "additionalClassifications": [
          {
            "description": "Data services",
            "id": "72300000",
            "scheme": "CPV"
          },
          {
            "description": "Geographic information systems (GIS or equivalent)",
            "id": "38221000",
            "scheme": "CPV"
          },
          {
            "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances",
            "id": "38290000",
            "scheme": "CPV"
          },
          {
            "description": "Data-acquisition system",
            "id": "48614000",
            "scheme": "CPV"
          },
          {
            "description": "Software-related services",
            "id": "72260000",
            "scheme": "CPV"
          },
          {
            "description": "Data-bearing media",
            "id": "32584000",
            "scheme": "CPV"
          },
          {
            "description": "Electronic data management (EDM)",
            "id": "48613000",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data acquisition services",
            "id": "71352120",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data collection services",
            "id": "71352130",
            "scheme": "CPV"
          }
        ],
        "id": "312",
        "relatedLot": "312"
      },
      {
        "additionalClassifications": [
          {
            "description": "Data services",
            "id": "72300000",
            "scheme": "CPV"
          },
          {
            "description": "Geographic information systems (GIS or equivalent)",
            "id": "38221000",
            "scheme": "CPV"
          },
          {
            "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances",
            "id": "38290000",
            "scheme": "CPV"
          },
          {
            "description": "Data-acquisition system",
            "id": "48614000",
            "scheme": "CPV"
          },
          {
            "description": "Software-related services",
            "id": "72260000",
            "scheme": "CPV"
          },
          {
            "description": "Data-bearing media",
            "id": "32584000",
            "scheme": "CPV"
          },
          {
            "description": "Electronic data management (EDM)",
            "id": "48613000",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data acquisition services",
            "id": "71352120",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data collection services",
            "id": "71352130",
            "scheme": "CPV"
          }
        ],
        "id": "313",
        "relatedLot": "313"
      },
      {
        "additionalClassifications": [
          {
            "description": "Aerial photography services",
            "id": "79961200",
            "scheme": "CPV"
          },
          {
            "description": "Data services",
            "id": "72300000",
            "scheme": "CPV"
          },
          {
            "description": "Geographic information systems (GIS or equivalent)",
            "id": "38221000",
            "scheme": "CPV"
          },
          {
            "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances",
            "id": "38290000",
            "scheme": "CPV"
          },
          {
            "description": "Data-acquisition system",
            "id": "48614000",
            "scheme": "CPV"
          },
          {
            "description": "Software-related services",
            "id": "72260000",
            "scheme": "CPV"
          },
          {
            "description": "Data-bearing media",
            "id": "32584000",
            "scheme": "CPV"
          },
          {
            "description": "Electronic data management (EDM)",
            "id": "48613000",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data acquisition services",
            "id": "71352120",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data collection services",
            "id": "71352130",
            "scheme": "CPV"
          }
        ],
        "id": "314",
        "relatedLot": "314"
      },
      {
        "additionalClassifications": [
          {
            "description": "Data services",
            "id": "72300000",
            "scheme": "CPV"
          },
          {
            "description": "Geographic information systems (GIS or equivalent)",
            "id": "38221000",
            "scheme": "CPV"
          },
          {
            "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances",
            "id": "38290000",
            "scheme": "CPV"
          },
          {
            "description": "Data-acquisition system",
            "id": "48614000",
            "scheme": "CPV"
          },
          {
            "description": "Software-related services",
            "id": "72260000",
            "scheme": "CPV"
          },
          {
            "description": "Data-bearing media",
            "id": "32584000",
            "scheme": "CPV"
          },
          {
            "description": "Electronic data management (EDM)",
            "id": "48613000",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data acquisition services",
            "id": "71352120",
            "scheme": "CPV"
          },
          {
            "description": "Seismic data collection services",
            "id": "71352130",
            "scheme": "CPV"
          }
        ],
        "id": "315",
        "relatedLot": "315"
      },
      {
        "additionalClassifications": [
          {
            "description": "Simulators",
            "id": "34150000",
            "scheme": "CPV"
          },
          {
            "description": "Aircraft and spacecraft",
            "id": "34700000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          },
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "Training software development services",
            "id": "72212931",
            "scheme": "CPV"
          },
          {
            "description": "Training services",
            "id": "80500000",
            "scheme": "CPV"
          },
          {
            "description": "Training services in defence and security materials",
            "id": "80600000",
            "scheme": "CPV"
          },
          {
            "description": "Services related to the preparation of training manuals",
            "id": "92312212",
            "scheme": "CPV"
          }
        ],
        "id": "401",
        "relatedLot": "401"
      },
      {
        "additionalClassifications": [
          {
            "description": "Aircraft and spacecraft",
            "id": "34700000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          },
          {
            "description": "Administration, defence and social security services",
            "id": "75000000",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          }
        ],
        "id": "402",
        "relatedLot": "402"
      },
      {
        "additionalClassifications": [
          {
            "description": "Aircraft and spacecraft",
            "id": "34700000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          },
          {
            "description": "Safety training services",
            "id": "80550000",
            "scheme": "CPV"
          },
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          },
          {
            "description": "Nuclear safety services",
            "id": "98113100",
            "scheme": "CPV"
          }
        ],
        "id": "403",
        "relatedLot": "403"
      },
      {
        "additionalClassifications": [
          {
            "description": "Aircraft and spacecraft",
            "id": "34700000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          }
        ],
        "id": "404",
        "relatedLot": "404"
      },
      {
        "additionalClassifications": [
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          },
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          }
        ],
        "id": "405",
        "relatedLot": "405"
      },
      {
        "additionalClassifications": [
          {
            "description": "Aircraft and spacecraft",
            "id": "34700000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          }
        ],
        "id": "406",
        "relatedLot": "406"
      },
      {
        "additionalClassifications": [
          {
            "description": "Aircraft and spacecraft",
            "id": "34700000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          }
        ],
        "id": "407",
        "relatedLot": "407"
      },
      {
        "additionalClassifications": [
          {
            "description": "Aircraft and spacecraft",
            "id": "34700000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          }
        ],
        "id": "408",
        "relatedLot": "408"
      },
      {
        "additionalClassifications": [
          {
            "description": "Aircraft and spacecraft",
            "id": "34700000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          },
          {
            "description": "Administration, defence and social security services",
            "id": "75000000",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          }
        ],
        "id": "409",
        "relatedLot": "409"
      },
      {
        "additionalClassifications": [
          {
            "description": "Aircraft and spacecraft",
            "id": "34700000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "Administration, defence and social security services",
            "id": "75000000",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          }
        ],
        "id": "410",
        "relatedLot": "410"
      },
      {
        "additionalClassifications": [
          {
            "description": "Aircraft and spacecraft",
            "id": "34700000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "Administration, defence and social security services",
            "id": "75000000",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          }
        ],
        "id": "411",
        "relatedLot": "411"
      },
      {
        "additionalClassifications": [
          {
            "description": "Aircraft and spacecraft",
            "id": "34700000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          }
        ],
        "id": "412",
        "relatedLot": "412"
      },
      {
        "additionalClassifications": [
          {
            "description": "Aircraft and spacecraft",
            "id": "34700000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          }
        ],
        "id": "413",
        "relatedLot": "413"
      },
      {
        "additionalClassifications": [
          {
            "description": "Unmanned aerial vehicles",
            "id": "35613000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          }
        ],
        "id": "414",
        "relatedLot": "414"
      },
      {
        "additionalClassifications": [
          {
            "description": "Unmanned aerial vehicles",
            "id": "35613000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          },
          {
            "description": "Safety training services",
            "id": "80550000",
            "scheme": "CPV"
          },
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          }
        ],
        "id": "415",
        "relatedLot": "415"
      },
      {
        "additionalClassifications": [
          {
            "description": "Unmanned aerial vehicles",
            "id": "35613000",
            "scheme": "CPV"
          },
          {
            "description": "Administration, defence and social security services",
            "id": "75000000",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          }
        ],
        "id": "416",
        "relatedLot": "416"
      },
      {
        "additionalClassifications": [
          {
            "description": "Unmanned aerial vehicles",
            "id": "35613000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          }
        ],
        "id": "417",
        "relatedLot": "417"
      },
      {
        "additionalClassifications": [
          {
            "description": "Unmanned aerial vehicles",
            "id": "35613000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          },
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          }
        ],
        "id": "418",
        "relatedLot": "418"
      },
      {
        "additionalClassifications": [
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          },
          {
            "description": "Training software development services",
            "id": "72212931",
            "scheme": "CPV"
          },
          {
            "description": "Training services",
            "id": "80500000",
            "scheme": "CPV"
          },
          {
            "description": "Training services in defence and security materials",
            "id": "80600000",
            "scheme": "CPV"
          },
          {
            "description": "Services related to the preparation of training manuals",
            "id": "92312212",
            "scheme": "CPV"
          }
        ],
        "id": "419",
        "relatedLot": "419"
      },
      {
        "additionalClassifications": [
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          },
          {
            "description": "Safety training services",
            "id": "80550000",
            "scheme": "CPV"
          },
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          },
          {
            "description": "Nuclear safety services",
            "id": "98113100",
            "scheme": "CPV"
          }
        ],
        "id": "420",
        "relatedLot": "420"
      },
      {
        "additionalClassifications": [
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          }
        ],
        "id": "421",
        "relatedLot": "421"
      },
      {
        "additionalClassifications": [
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          },
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          }
        ],
        "id": "422",
        "relatedLot": "422"
      },
      {
        "additionalClassifications": [
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Aircraft and spacecraft",
            "id": "34700000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          },
          {
            "description": "Space transport services",
            "id": "60500000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          },
          {
            "description": "Administration, defence and social security services",
            "id": "75000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          }
        ],
        "id": "423",
        "relatedLot": "423"
      },
      {
        "additionalClassifications": [
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          }
        ],
        "id": "424",
        "relatedLot": "424"
      },
      {
        "additionalClassifications": [
          {
            "description": "Radio, television, communication, telecommunication and related equipment",
            "id": "32000000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          },
          {
            "description": "Administration, defence and social security services",
            "id": "75000000",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          }
        ],
        "id": "425",
        "relatedLot": "425"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "description": "Equipment, technologies and infrastructure relating to ground stations for the purposes of developing and/or maintaining a gateway between the Ground Segment and the Space Segment. Enabling Ground Stations to transmit and receive instructions and data from/to satellites in space and elsewhere in the Ground Segment. This would include but not limited to, technologies to overcome atmospheric or adversarial interference, signal degradation or enable use of higher frequencies. Ground stations are also referred to as Earth stations or Earth terminals.",
        "id": "101",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Ground Stations"
      },
      {
        "description": "Cryptographic equipment and technologies for the purposes of securing information and communications across an entire network of satellites, between satellites, including but not limited to space, ground and link segments. This could include all types of encryption hardware and software.",
        "id": "102",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Cryptographic Technology"
      },
      {
        "description": "All technologies relating to Space Assets. This can include but not limited to systems, subsystems, individual components such as sensors, communications systems, on-board processors, solar cells, transponders, propulsion systems, reactions wheels intended for use in relation to Space technology - whether in satellites or on the ground in test facilities.",
        "id": "103",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Satellite Components"
      },
      {
        "description": "Technologies, equipment and components for the complete design and build of Space assets.  This could include but not limited to all types of satellites and spacecraft designed to be launched beyond the Earth\u0027s atmosphere, such as payloads, spacecraft buses, launch vehicles, and the transportation of satellites to launch providers, etc.",
        "id": "104",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Satellites and Spacecraft"
      },
      {
        "description": "Systems, equipment and technologies relating to ground-based sensors for the purposes of gathering information about Space and objects in Space. This includes but not limited to telescopes, optical sensors, such as spectrometers and infrared detectors, and sensors which use radio frequency, such as RADAR and LIDAR",
        "id": "105",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Ground Based Sensors"
      },
      {
        "description": "All technologies and services related to Software such as Algorithms, Machine Learning, AI, AI Modelling including Software Research, Design or Access to Licences.  This includes but not limited to software which uses AI to forecast weather events; Sensor data analysis; Earth Observation analysis;  Machine learning analytics used in robotics.",
        "id": "106",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Software including Algorithms, Machine Learning, AI and Licences"
      },
      {
        "description": "Generic ground infrastructure, also known as the \u0027ground segment\u0027, enabling support of, and communication between, space elements and the ground. This could include but not limited to Mission Control Centres for monitoring and managing spacecraft, as well as analysing data.",
        "id": "107",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Generic Ground Infrastructure"
      },
      {
        "description": "All infrastructure, hardware and software which enable digital services with the ground segment of a space system. This includes but not limited to computers, servers, wiring and connection points; software such as operating systems and apps; physical and virtual networks, such as local area networks (LANs); and data centres to store, process and distribute data.",
        "id": "108",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Digital Ground Infrastructure"
      },
      {
        "description": "All equipment, technology and infrastructure related to the launch of objects and spacecraft into orbit and Space. This includes for example but not limited to launch vehicles, rockets, spacecraft buses, launch design, intergration and planning, mission support, specialist ground infrastructure, such as launch pads, runways, gantries, silos, bunds, storage facilities, construction, transportation and launch/landing control facilities, etc.",
        "id": "109",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Launch Technology and Infrastructure"
      },
      {
        "description": "All equipment and technologies relating to Space-based sensors that can track, survey objects and provide information on the earth\u0027s surface.  Space-based sensors could include but not limited those which use radio frequency, including passive RF sensors, RADAR and INSAR; sensors which use the electromagnetic spectrum, such as hyperspectral, near visual and infrared sensors; and radiometric sensors which measure gamma radiation.",
        "id": "110",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Space-Based Sensors"
      },
      {
        "description": "Technologies relating to the scientific investigation of the planets and other celestial bodies within our solar system.",
        "id": "111",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Planetary and Lunar Exploration"
      },
      {
        "description": "All equipment and technologies relating to the use of defensive and offensive capabilities to assure freedom of action in space, whilst denying adversaries to achieve the same. This includes but not limited to on-orbit, terrestrial and cyber infrastructure resilience, such as systems and activities used to prevent the disruption and degradation of allied assests; destroying or preventing a satellite\u0027s operation in orbit. Space Control also encompasses defensive technologies, such as physical hardening of satellites; anti-jamming and cryptographic techniques; and Active Measures, such as sensor reorientation.",
        "id": "112",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Space Control"
      },
      {
        "description": "All equipment and technologies relating to Simulators, Stimulators, Test and Training Equipment. Including equipment to support end-to-end systems testing and training, including compatibility, integration, interface and mission-readiness testing.",
        "id": "113",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Simulators, Stimulators, Test and Training Equipment"
      },
      {
        "description": "All technologies, processes and equipment related to ensuring the resilience to hostile environments and effects, whether human or natural in origin, on componentry and materials.",
        "id": "114",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Onboard Hardening, System and Capability Resilience, Adaptability"
      },
      {
        "description": "Technology and equipment relating to In-Orbit Servicing and Manufacturing. This can include but not limited to equipment for the testing and development of space technologies suitable for in-orbit servicing, assembly and manufacturing. In-Orbit Servicing can involve refuelling, repair and orbit adjustment. In-orbit manufacturing could involve creating materials, components or infrastructure in space.",
        "id": "115",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "In-Orbit Servicing and Manufacturing"
      },
      {
        "description": "Technology and equipment to assist in the prevention of space debris as well as enabling orbital clearing of debris, obsolete satellites and spacecraft, including Satellite decommissioning, etc.",
        "id": "116",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Orbital Assets Disposal"
      },
      {
        "description": "General geospatial survey sensors and tools used to collect geospatial data accurately and efficiently for a wide range of applications, including localized ground-based sensors (e.g. Imagery, LiDAR and radar sensors).",
        "id": "117",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Data Capture Hardware"
      },
      {
        "description": "Technology and equipment relating to Unmanned Autonomous Vehicles (UxVs). Autonomous vehicles that operate without a human occupant or pilot on board, encompassing various types classified by their capabilities and features, for example, ground, aerial, maritime surface and underwater vehicles.",
        "id": "118",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Unmanned Autonomous Vehicles (UxVs)"
      },
      {
        "description": "The electronic and electromechanical systems that control Unmanned Autonomous Vehicles (UxVs). They can include remote controllers, command and control systems, and flight control systems.",
        "id": "119",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Unmanned Autonomous Vehicles (UxVs) - Control Systems"
      },
      {
        "description": "Technology and equipment that an Unmanned Autonomous Vehicles (UxVs) can carry relating to the provision of additional services such as sensors, thermal infrared sensors, cameras and communication tools.",
        "id": "120",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Unmanned Autonomous Vehicles (UxVs) - Payloads"
      },
      {
        "description": "Other technology and equipment relating to Unmanned Autonomous Vehicles (UxVs) not covered elsewhere. Including but not limited to, the to the use, security and detection of UxVs.",
        "id": "121",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Unmanned Autonomous Vehicles (UxVs) - Other technology and equipment"
      },
      {
        "description": "All equipment and technologies relating to the use of Image-based navigation for the purposes of Position, Navigation and Timing. Image-based Navigation aims at navigating by processing a series of image data. This image data includes data that is both inside and outside of the visual spectrum and may be recorded with passive sensors like digital cameras or active instruments like laser scanners.",
        "id": "122",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Image Based Navigation"
      },
      {
        "description": "All equipment and technologies relating to the use of Signals of Opportunity receivers for the purpose of Position Navigation and Timing. Signals of opportunity uses existing infrastructure and harnesses signals, which were not originally designed to determine position or aid navigation, such as radio transmissions from broadcasting towers, Wi-Fi points and signals from broadcast or communications satellites, to establish location. This includes, but not limited to, receivers for satellite signals of opportunity, terrestrial Signals of opportunity, Ultra-wide Band (UWB) and Low Power Wireless (LPW) technologies, VOR/DME (VHF Omnidirectional Range with a Distance Measuring Equipment).",
        "id": "123",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Signals of Opportunity Receiver"
      },
      {
        "description": "All equipment and technologies relating to the use of Inertial Navigation Systems (INS) for the purpose of Position and Navigation. An Inertial Navigation System is a unit that uses sensors to continuously calculate by dead reckoning: velocity, orientation and position. This includes sensors such as accelerometers and gyroscopes.",
        "id": "124",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Inertial Navigation Systems"
      },
      {
        "description": "All equipment and technologies relating to the use of Enhanced Longe-Range Navigation (eLORAN) for the purpose of Position, Navigation and Timing. eLORAN is a radio navigation system that can be used to provide 2-dimensional position information and timing. This includes complete systems, and components such as antenna and receivers.",
        "id": "125",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "eLORAN"
      },
      {
        "description": "All equipment and technologies relating to the use of PNT Sensor Processing and Fusion for the purpose of Position, Navigation and Timing (PNT). PNT Sensor Processing Fusion combines data from multiple different PNT sensor sources to provide accurate information on PNT. This includes the Sensor Fusion engines using techniques including, but not limited to, Kalman Filters and Particle Filters.",
        "id": "126",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "PNT Sensor Processing and Fusion"
      },
      {
        "description": "All equipment and technologies used to effect the adversaries Position, Navigation and Timing (PNT). PNT effectors seek to limit adversaries effective use of PNT systems whilst maintaining resilient PNT systems. This includes jamming and spoofing techniques.",
        "id": "127",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "PNT Effectors"
      },
      {
        "description": "All equipment, technologies and services related to understanding the Position, Navigation and Timing (PNT) environment. PNT Understand is the ability to monitor conditions such as where PNT technologies are being used and predict future hazards. This includes detection, tracking and cataloguing of PNT technologies as well as situational analysis and warnings.",
        "id": "128",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "PNT Understand"
      },
      {
        "description": "All equipment and technologies relating to atomic clocks and their use in Position, Navigation and Timing (PNT). Atomic Clocks use the resonant frequency of certain atoms to measure time to a high accuracy. This includes all types of clocks, including but not limited to fountain clocks, reference clocks, Chip Scale Atomic Clocks (CSAC) and quantum clocks.",
        "id": "129",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Atomic Clocks"
      },
      {
        "description": "All equipment, technologies and services related to transfering precise time. Precise Time Transfer is the transmission of time from a reference time source to other clocks in a network so they compute their offset to the reference clocks and adjust accordingly to achieve and maintain network time synchronisation. This includes, but not limited to: TWSTFT (Two Way Satellite Time and Frequency Transfer), Fibre optic cable, PTP (Precise Time Protocol).",
        "id": "130",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Precision Time Transfer Methods"
      },
      {
        "description": "All equipment and technologies relating to the use of PNT Environmental Sensors for the purpose of PNT. PNT Environmental Sensors are sensors that measure environmental data and use it to provide Position, Navigation and Time. This includes but isn\u0027t limited to: Bathymetry, Gravimetry, Altimeters, Electromyography, magnetometers.",
        "id": "131",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "PNT Environmental Sensors"
      },
      {
        "description": "All equipment and technologies related to Celestial Navigation. Celestial Navigation is the determination of position based on measurements of celestial bodies (e.g. Sun, Stars) relative to the Earth or a known horizon. This includes digital sextants and automated Celestial Navigation.",
        "id": "132",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Celestial Navigation"
      },
      {
        "description": "All equipment and technologies related to Low Earth Orbiting (LEO) PNT. LEO PNT provides timing and location data from an orbit about 25 times closer than GNSS, meaning a stronger signal, requiring a dedicated payload to be deployed on a satellite system. This could include products such as: space segments, antenna and receivers.",
        "id": "133",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "LEO PNT Receivers"
      },
      {
        "description": "All equipment and technologies relating to the mitigation of GNSS interference. This includes (but not limited to) Control Reception Pattern Array and (CRPA) and anti-spoofing.",
        "id": "134",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Mitigation components for GNSS interference"
      },
      {
        "description": "All equipment relating to the reception of uncoded signals emitted from any Global Navigation Satellite System (GNSS) for the purpose of PNT. This could include products such as: commercially available receivers.",
        "id": "135",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "GNSS Open Signal Receiver"
      },
      {
        "description": "All equipment relating to the reception and decoding of encrypted signals emitted from any Global Navigation Satellite System (GNSS) for the purpose of PNT. This could include products containing: Security devices such as Selective Availability Anti Spoofing Module (SAASM) or Military Code (M-Code) Technology which allow access to GPS Protected Positioning Service (PPS) signals.",
        "id": "136",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "GNSS Encrypted Signal Receiver"
      },
      {
        "description": "All equipment and technologies relating to the use of Position, Navigation and Timing (PNT) Sensor system for the purpose of PNT. PNT Sensor Systems are any system that includes multiple technologies, so does not fit into any of the above sub categories and/or multiple technologies from the sub categories above. This includes an EGI, Sensor Fusion System or a GNSS Receiver integrated with a CRPA.",
        "id": "137",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "PNT Sensor system"
      },
      {
        "description": "All equipment and data relevant to the measurement and analysis of magnetic variations which underpin our ability to use the earth magnetic field for navigation above and below ground which complements PNT base services and provides GNSS resilience. This includes all apparatus necessary for observatories which manage high sensitivity instrumentation, that must be maintained in a carefully managed, stable environment, free from anthropogenic interference over long timescales to capture the field to high accuracy and with a wide range in amplitude and period.",
        "id": "138",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "PNT Magnetic Navigation"
      },
      {
        "description": "All equipment relating to the measurement, storage and analysis relating to Geodesy and the maintenance or enhancement of the International Terrestrial Reference Frame (ITRF). This includes ranging lasers, telescopes and associated components with key techniques being Satellite Laser Ranging, Very Long Baseline Interferometry and Global Navigation Satellite Systems.",
        "id": "139",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "PNT Geodesy"
      },
      {
        "description": "All elements of Technology Delivery related to Satellite Communication (SATCOM) Space Segments. This includes advancements to the spacecraft payload, bus, and link segment.",
        "id": "140",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SATCOM - Space Segment"
      },
      {
        "description": "All elements of Technology Delivery related to Satellite Communication (SATCOM) Link Segments. This includes advancements to modems, waveforms, power, gain, antenna, and technology applicable to the link segment",
        "id": "141",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SATCOM - Link Segment"
      },
      {
        "description": "All elements of Technology Delivery related to Satellite Communication (SATCOM) Ground Segments. This includes advancements to the ground segment network, grounding stations (teleports), antenna, and link segment.",
        "id": "142",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SATCOM - Ground Segment"
      },
      {
        "description": "All elements of Technology Delivery related to Satellite Communication (SATCOM) User Terminals. This includes advancements for all types of terminals, fixed or portable, including Very Small Aperture Terminal (VSAT) and Broadband Global Area Network (BGAN). This also includes services related to the advancement of user terminals.",
        "id": "143",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SATCOM - User Terminal"
      },
      {
        "description": "All elements of Technology Delivery related to Satellite Communication (SATCOM) Management. This includes advancements in the management of SATCOM services, networks, hardware, and software.",
        "id": "144",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SATCOM - Management"
      },
      {
        "description": "All elements of Technology Delivery related to Satellite Communication (SATCOM) Integration. This includes integration and enhancements if SATCOM services, spacecraft, networks, ground architecture, and expertise.",
        "id": "145",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SATCOM - Integration"
      },
      {
        "description": "All services relating to the regulatory licences required under the UK Space Industry Act 2018 for satellite launch activities. This may include, but is not limited to: Launch and Return Licence and Orbital Operator Licence. It encompasses the licence itself and the associated regulatory commitments, from initial application through to renewal and ongoing compliance. This includes meeting statutory/regulatory obligations placed on the licence holder and ensuring legal authority for launch, return, and satellite operation activities.",
        "id": "146",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SATCOM - Launch Licensing"
      },
      {
        "description": "All elements of Technology Delivery related to Satellite Communication (SATCOM) Security Services. This includes advancements in the security of SATCOM services, networks, hardware, and software.",
        "id": "147",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SATCOM - Security"
      },
      {
        "description": "Software support services are to include but not limited to through-life support, penetration testing, information assurance, Cyber improvement plans, and Cyber Risk Assessments. This may include the need to incorporate effective cyber security practices when building digital services and technical infrastructure.",
        "id": "201",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Software Support Services"
      },
      {
        "description": "Relating to those services which allow payloads, such as instruments or sensors owned or operated by a third party, to maintain orbital capability on a host commercial satellite.",
        "id": "202",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Payload Hosting Services"
      },
      {
        "description": "Services for the purposes of securing digital information and communications across the entire satellite system. This includes but not limited to creation of cryptographic keys and management across the lifecycle, i.e. distribution, operational use and destruction.",
        "id": "203",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Crypto and Key Management Services"
      },
      {
        "description": "All types of data processing services including but not limited to Validation and Verification - independent procedures that are used together for checking a product, service, or system meets requirements and specifications, and that it fufills its intended purpose; Data Curation - process of creating, organising and maintaining data sets so they can be accessed and used by people looking for information. It could involve collecting, structuring, indexing and catalouging data for users in an organisation, group or the public domain.",
        "id": "204",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Data Processing Services"
      },
      {
        "description": "Services for sending and receiving data between one or more satellites and the ground. This could include but not limited to ground-space linkage and space-space linkage.",
        "id": "205",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Up-Link and Down-Link Services"
      },
      {
        "description": "All operations and services related to In-Orbit Operation and Support. This includes but not limited to satellite command and control, flight dynamics, mission control maintenance and engineering services.",
        "id": "206",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Satellite Operation and Support Services"
      },
      {
        "description": "Operation and maintenace services related to ground infrastructure and equipment, including but not limited to 24/7 support, replenishment, safety testing, through-life support cover, planned and unplanned maintenance, and routine servicing of ground-based sensors and ancillary systems.",
        "id": "207",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Ground Support Services"
      },
      {
        "description": "Early Threat Warning Services within the space environment could include but not limited to Early warning of Missiles, Early warning of uncontrolled re-entry, In-space coll ision avoidance, Fragmentation alerting and monitoring, Space weather notifications and advice etc.",
        "id": "208",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Threat Warning Services"
      },
      {
        "description": "Services related to analysis of space-related data, or earth-related data derived from space or other means, such as unmanned aerial vehicles.",
        "id": "209",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Analytical Services"
      },
      {
        "description": "Communication services for the purposes of transmitting signals between space-to-space, earth-to-space and vice versa, and earth-to-earth via space. This would include but not limited to services which provide broadcasting of video and radio, telecommunications, broadband, cloud connectivity and data transfer.",
        "id": "210",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Communication Services"
      },
      {
        "description": "Operations and services related to IT data storage and retrieval, including but not limited to cloud services, automated systems and backup services.",
        "id": "211",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "IT Data Storage and Retrieval Services"
      },
      {
        "description": "Operations and services for the purposes of launching a spacecraft or satellite into space or orbit. This includes but not limited to the provision of launch vehicles, rockets, spacecraft buses, launch design, intergration and planning, mission support, specialist ground infrastructure, such as launch pads, runways, gantries, silos, bunds, storage facilities, construction, transportation and launch/landing control facilities, etc.",
        "id": "212",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Launch Services"
      },
      {
        "description": "Services related to integration and testing of space and ground architecture, using live assets and representative simulators, stimulators and other test equipment.",
        "id": "213",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "System Integration Services"
      },
      {
        "description": "Operations and services including but not limited to the testing and development of space technologies suitable for in-orbit servicing, assembly and manufacturing. In-Orbit Servicing can involve refuelling, repair and orbit adjustment . In-orbit manufacturing involves creating materials, components or infrastructure in space.",
        "id": "214",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "In-Orbit Servicing and Manufacturing Services"
      },
      {
        "description": "Services relating to the emergence of innovative research, products, services and technologies that have relevant and practical applications in the space sector, harnessing opportunities to expand understanding of Space and the Cosmo, and helping to address pressing challenges in the Space environment as well as gaining greater awareness of impacts to the Earth via Space-related galvanising the development of materials and technologies aimed at improving life both in Space and on Earth.",
        "id": "215",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Innovative Services"
      },
      {
        "description": "Services to assist in the prevention of space debris as well as enabling orbital clearing of debris, obsolete satellites and spacecraft including Satellite decommissioning etc.",
        "id": "216",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Orbital Assets Disposal Services"
      },
      {
        "description": "Services for the shutdown, removal and disposal of equipment and material in ground assets, including but not limited to logistics, recycling and the restoration of the site.",
        "id": "217",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Ground Assets Decommissioning and Disposal"
      },
      {
        "description": "Operations and services to provide quality analytical information in understanding the space environment to help mitigate space effects. This includes but not limited to conjunction analysis used to detect possible collisions, orbital awareness, cataloguing objects, space weather forecasting, jamming, behavioural traits, as well as those elements equated with Situational Awareness.",
        "id": "218",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Space Domain Awareness Services"
      },
      {
        "description": "Geographic Information Systems (GIS) integrating various types of geospatial data using platform and API technology for mapping and spatial analysis.",
        "id": "219",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Geographic Information Systems (GIS) and Geospatial Data Services"
      },
      {
        "description": "Web Services and Application Programming Interface (API) technologies that facilitate the transfer and collation of data between seperate applications. Enabling users to access, visualise, and analyse data, including geospatial data, through interactive software based services.",
        "id": "220",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Web Services and Application Programming Interface (API)"
      },
      {
        "description": "Data analytics and artificial intelligence (AI) tooling providing artificial AI powered software and platforms to analyse any dataset, extracting insights and patterns that can be used for informed decision-making. These services often include features like automated data cleaning, machine learning models, predictive analytics, natural language processing (NLP) and data visualisation tools to simplify complex data analysis processes. \n Data analytics including AI enabled analytics and AI tooling.",
        "id": "221",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Data analytics including Artificial Intelligence (AI)"
      },
      {
        "description": "The acquisition, processing, and provision of orthorectified aerial photography and\n height data across Great Britain. This data is used by public sector organisations for mapping, environmental monitoring, infrastructure planning, and emergency response. Imagery may be real-time or historic.",
        "id": "222",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Aerial Photography Services"
      },
      {
        "description": "The use of Unmanned Autonomous Vehicles (UxVs) to inspect and survey infrastructure, buildings, and other assets.",
        "id": "223",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Unmanned Autonomous Vehicles (UxVs) - Inspection Services"
      },
      {
        "description": "The use of Unmanned Autonomous Vehicles (UxVs) to map and measure areas, for mapping, monitoring and analysis.",
        "id": "224",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Unmanned Autonomous Vehicles (UxVs) - Surveying Services"
      },
      {
        "description": "The use of Unmanned Autonomous Vehicles (UxVs) to help with emergency response.",
        "id": "225",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Unmanned Autonomous Vehicles (UxVs) - Response Services"
      },
      {
        "description": "The maintenance, repair, and certification of Unmanned Autonomous Vehicles (UxVs). Additionally includes remote technical support and fault diagnostics; fleet management; and UxV platform configuration and testing.",
        "id": "226",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Unmanned Autonomous Vehicles (UxVs) - Technical Support Services"
      },
      {
        "description": "Other operations and services relating to Unmanned Autonomous Vehicles (UxVs) not covered elsewhere. Including but not limited to, the use, security and detection of UxVs.",
        "id": "227",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Other Unmanned Autonomous Vehicles (UxVs) Services"
      },
      {
        "description": "All data services for the purposes of Position, Navigation and Timing (PNT) Situational Awareness. Space Situational Awareness (SSA) is the ability to track and monitor objects in space and predict their future behaviour and location. This includes data processing, data analysis and situational awareness tools.",
        "id": "228",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "PNT Situational Awareness Data Services"
      },
      {
        "description": "All trials support and acceptance testing for the purposes of testing a product or system. Trials and acceptance testing are used to ensure the quality and functionality of a product or system and verify that the performance objectives have been met. This would include test development, modelling and simulation as well as live testing and evaluation.",
        "id": "229",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Trials support and Acceptance Testing"
      },
      {
        "description": "All aspects of the Host Application Equipment (HAE) security accreditation process using guidance documentation provided by the US authorities to enable statements to be made regarding classification of the equipment, resulting in HAE Level 2 certification.\n (As per GUE-PRD-772)",
        "id": "230",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "HAE Security approval and Certification"
      },
      {
        "description": "Requirements relating to software development, creation and maintenance, including user requirements, system requirements and functional requirements, together with non-functional requirements such as security, and system design detail. Software requirements can be referred to as a Software Requirements Specification (SRS).",
        "id": "231",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SRD Requirements authoring"
      },
      {
        "description": "All services for the purpose of the demilitarization and disposal of unneeded or unrepairable GNSS Encrypted Signal Receivers and the Security devices integrated into them, in accordance with guidance documentation provided by the US authorities. (As per PCU-PRD-771)",
        "id": "232",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "PNT Demilitarisation Services"
      },
      {
        "description": "All elements of operations and services related to Satellite Communication (SATCOM) Space Segments. This includes use of spacecraft payloads, use of individual channels, transponders, or use of components and individual services on the spacecraft, such as antenna, software, data download, storage and analysis services.",
        "id": "233",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SATCOM - Space Segment Services"
      },
      {
        "description": "All elements of Operations and Services related to Satellite Communication (SATCOM) Link Segments. This includes use of modems, waveforms, power, gain, antenna, and technology applicable to the link segment.",
        "id": "234",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SATCOM - Link Segment Services"
      },
      {
        "description": "All elements of operations and services related to Satellite Communication (SATCOM) Ground Segments. This includes use of ground segment networks, use of individual ground segment or use of components and individual services such as antenna and buildings, software, data download, storage and analysis services.",
        "id": "235",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SATCOM - Ground Segment Services"
      },
      {
        "description": "All elements of operations and services related to Satellite Communication (SATCOM) User Terminals for all types of terminals, fixed or portable, including Very Small Aperture Terminal (VSAT) and Broadband Global Area Network (BGAN). This includes services related to operating permissions and testing of user terminals.",
        "id": "236",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SATCOM - User Terminal Services"
      },
      {
        "description": "All elements of operations and services related to Satellite Communication (SATCOM) Management. This includes use of the management of SATCOM services, networks, hardware, and software.",
        "id": "237",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SATCOM - Management Services"
      },
      {
        "description": "All elements of Operations and Services related to Satellite Communication (SATCOM) Integration. This includes use of SATCOM services, spacecraft, networks, ground architecture, and expertise.",
        "id": "238",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SATCOM - Integration Services"
      },
      {
        "description": "All services relating to licences under the Space Industry Act 2018 for the purposes of Satellite launch, such as Launch and return licence and Orbital operator licence. This includes the whole lifecycle of the licence from pre-licence planning and licence application to renewal and ongoing maintenance of an existing licence. These services include support with meeting the regulatory requirements for the licence, licence application, support with responses to the regulator and support with licencing issues.",
        "id": "239",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SATCOM - Launch Licensing Services"
      },
      {
        "description": "All operations and services related to Satellite Communication (SATCOM) Security Services. This includes the security of SATCOM services, networks, hardware, and software.",
        "id": "240",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SATCOM - Security Services"
      },
      {
        "description": "Earth Imagery, captured from space, in optical and UV parts of the spectrum.",
        "id": "301",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Electro-Optical and Video"
      },
      {
        "description": "Earth Imagery, actively captured from remote platforms (planes, drones or space), in the microwave part of the spectrum, including 3D and all weather imaging.",
        "id": "302",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Synthetic Aperture Radar (SAR)"
      },
      {
        "description": "Earth Imagery, captured from space, across multiple regions of the spectrum, including data showing temporal changes and also land usage",
        "id": "303",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Hyperspectral Imaging (HSI)"
      },
      {
        "description": "Earth Imagery, captured from space, in in the infra-red part of the spectrum",
        "id": "304",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Thermal Infrared (IR) Sensing"
      },
      {
        "description": "Data, passively captured from space, in the RF and microwave part of the spectrum, not necessarily of an imaging nature and including any processing of that data such as emitter classification, identification, geo-location, network analysis and communication interception",
        "id": "305",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Radio Frequency (RF) Sensing"
      },
      {
        "description": "Elevation Data including Light Detection and Ranging (LiDAR) Data related to physical elevation and relief.",
        "id": "306",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Elevation Data including Light Detection and Ranging (LiDAR)"
      },
      {
        "description": "Data related to the Earth\u0027s atmosphere and associated factors, including winds, cloud cover, humidity, temperatures, pollution, rainfall.",
        "id": "307",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Earth atmosphere and weather data"
      },
      {
        "description": "Other data related to the Earth or its atmosphere and not covered elsewhere",
        "id": "308",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Other Earth-related Data"
      },
      {
        "description": "Data related to the space environment including solar weather, solar and background radiation levels, magnetic field or gravitational field data",
        "id": "309",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Ionospheric, solar and space-weather/environmental-related data"
      },
      {
        "description": "Data related to the tracks of objects in space within the solar system. This includes objects human in origin and also natural objects",
        "id": "310",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Space Track Data"
      },
      {
        "description": "Data related to the nature and history of objects in space including orientation, stability/tumble, status and activities and official records",
        "id": "311",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Space Object Data"
      },
      {
        "description": "Other data related to Space, Space Domain Awareness or connected with operations in space, not covered elsewhere",
        "id": "312",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Other Space-related Data"
      },
      {
        "description": "Data products and services relating to Population Movement Data (PMD). This is sometimes called geographic mobility data. PMD refers to information locating the movements of people between areas. This may include aggregated and anonymised counts of people, origins and destinations between areas or specific locations, and other associated derived metrics such as travel mode. PMD is collected by various forms of devices, chips and their associated software and look-ups, rather than survey or administrative sources. This may include mobile phones, wearable devices, payment card transactions, or smart sensors.",
        "id": "313",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Population Movement Data (PMD)"
      },
      {
        "description": "Real time and historic aerial imagery/photograph datasets and analysis of the Earth\u0027s surface, including offshore, taken from an aircraft, satellite, or other remote platform. Sometimes referred to as air or airbourne photography. For example, aerial imagery datasets allowing analysis of current and past land-use changes, infrastructure development, pollution and environmental mapping and transformations",
        "id": "314",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Aerial Photography"
      },
      {
        "description": "Other geospatial data products, analysis and value-add services/applications, processing and analysis of Earth imagery to generate defined insights, specific to customer requirements. For example, topographic, address, vector, raster, networks and associated analysis / insight",
        "id": "315",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Other Geospatial related data"
      },
      {
        "description": "Training and development, including but not limited to the design and development of future courses or the delivery of training programmes furthering knowledge and capability in a space-related and geospatial environment",
        "id": "401",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Training"
      },
      {
        "description": "All security services, including but not limited to risk assessment, governance, compliance and certification as well as cyber security and the development and implementation of secure systems",
        "id": "402",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Security"
      },
      {
        "description": "All safety services, including but not limited to risk and safety management, safety assurance and certification, safety advice for all stages of system development, and construction in a space-related and geospatial environment",
        "id": "403",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Safety"
      },
      {
        "description": "Capability and expertise in the field of Space-related and geospatial architecture and design, as well as requirements elicitation, which practices include interviews, questionnaires, user observation, workshops, brainstorming, use cases, role playing and prototyping",
        "id": "404",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Architecture, Design and Specification inc. Requirements Elicitation"
      },
      {
        "description": "Expert and professional services, such as but not limited to Environmental Risk and Impact Assessments, Strategy development, and Sustainability design, planning and compliance.",
        "id": "405",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Environmental"
      },
      {
        "description": "The application and use of academic study, resource and access to specialist knowledge and capability for enhanced understanding in the realm of Space-related and geospatial endeavours",
        "id": "406",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Academic Research, inc Astronomy, Cosmology"
      },
      {
        "description": "Capability and expertise in the field of testing, evaluation, validation, verification and trials support, including access to specialist controlled environments for the purpose of independent evaluation, modelling and concept development throughout the product\u0027s lifecycle",
        "id": "407",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Independent Testing/Evaluation/Validation/Verification and Trials Support"
      },
      {
        "description": "Capability and expertise in the field of Geodesy, including but not limited to professional advice to review, evaluate proposals, undertake geodetic computations and/or develop reports or undertake studies on Earth\u0027s Orientation, Positioning, Gravity Field, Objects Orientation in space etc.",
        "id": "408",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Geodesy"
      },
      {
        "description": "A concept paper sets out and explains what a proposed study is about, why it is being undertaken and how the study will be carried out. It provides scrutiny of an idea and an overview of the project the researcher wants to embark on. It may also provide benefit assessment and business case support and development.",
        "id": "409",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Concepts"
      },
      {
        "description": "A Doctrine paper outlines the legal resource methodology in space legislation (also called black letter).",
        "id": "410",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Doctrines"
      },
      {
        "description": "Expert and professional services, such as but not limited to compliance with legal and regulatory requirements, interpreting legislation, offering advice on best practices, assisting with the preparation and submission of necessary applications or documentation.",
        "id": "411",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Regulatory, Law, Licensing"
      },
      {
        "description": "Expert and professional services providing guidance and support to organisations seeking to connect various systems, applications, and technologies to work together seamlessly. This service encompasses assessing current system architectures, identifying integration needs, providing strategic recommendations, and helping to implement solutions that enhance interoperability and data exchange.",
        "id": "412",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "System Integration"
      },
      {
        "description": "Expert and professional services for maintenance, engineering, and operations support.",
        "id": "413",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Project Management, Maintenance, Engineering and Operations Support"
      },
      {
        "description": "Expert and professional services providing engineering support for Unmanned Autonomous Vehicles (UxVs). Involves specialised consultation and technical expertise such as but not limited to enhancing the design, development, and operational efficiency of UxV systems.",
        "id": "414",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Unmanned Autonomous Vehicles (UxVs) - Engineering Support"
      },
      {
        "description": "Expert and professional services for safety for Unmanned Autonomous Vehicles (UxVs). Such as but not limited to the safe operation and management of UxV operations, development and implementation of safety protocols, risk assessment methodologies, and regulatory compliance strategies specific to UxVs and their usage",
        "id": "415",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Unmanned Autonomous Vehicles (UxVs) - Safety"
      },
      {
        "description": "Expert and professional services on regulatory, licensing, and law for Unmanned Autonomous Vehicles (UxVs). Such as but not limited to informing clients about current laws, regulations, and industry standards governing the use of UxVs, for example, airspace management, operational limitations, and safety requirements.",
        "id": "416",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Unmanned Autonomous Vehicles (UxVs) - Regulatory, Law, Licensing"
      },
      {
        "description": "Expert and professional services for testing and trials of Unmanned Autonomous Vehicles (UxVs) provide comprehensive support to organisations seeking to validate the performance and safety of their UxV systems. These services encompass but are not linited to expert consultation on the development of testing methodologies, including the design and execution of trials, data collection protocols, and performance assessments",
        "id": "417",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Unmanned Autonomous Vehicles (UxVs) - Independent Testing/Evaluation/Validation/Verification and Trials Support"
      },
      {
        "description": "Expert and professional services for the environmental and sustainability aspects of Unmanned Autonomous Vehicles (UxVs) provide organisations with expert guidance on minimising the ecological impact of UxV operations while promoting sustainable practices. These services encompass but are not linited to the assessment of environmental effects related to UxV deployment, such as noise pollution, emissions, and potential wildlife disturbances.",
        "id": "418",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Unmanned Autonomous Vehicles (UxVs) - Environmental"
      },
      {
        "description": "All advisory, consultancy, and academia related to Satellite Communication (SATCOM) Training. This includes training of SATCOM services, networks, terminals, hardware, and software",
        "id": "419",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SATCOM - Training"
      },
      {
        "description": "All advisory, consultancy, and academia related to Satellite Communication (SATCOM) Safety. This includes safety of SATCOM services, networks, terminals, hardware, and software",
        "id": "420",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SATCOM - Safety"
      },
      {
        "description": "All advisory, consultancy, and academia related to Satellite Communication (SATCOM) independent testing, evaluation, validation, verification, and trail support. This includes support of SATCOM services, networks, terminals, hardware, and software.",
        "id": "421",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SATCOM - Independent Testing/Evaluation/Validation/ Verification and Trials Support"
      },
      {
        "description": "All advisory, consultancy, and academia related to Satellite Communication (SATCOM) environmental support. This includes all aspects of environmental services, such as risk and impact assessments, strategy, and sustainability and compliance within SATCOM",
        "id": "422",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SATCOM - Environmental"
      },
      {
        "description": "All equipment, technology and services related to SATCOM Situational Awareness. Situational Awareness is the ability to monitor conditions, such as where objects are in apace and predict future hazards. This includes detection, tracking and cataloguing of space objects, Space Weather, as well as situational analysis and warnings.",
        "id": "423",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SATCOM - Situational Awareness"
      },
      {
        "description": "All engineering support related to SATCOM. This includes satellite command and control, flight dynamics, mission control maintenance, ground segment, networks, software, and general engineering services.",
        "id": "424",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SATCOM - Engineering Support"
      },
      {
        "description": "The application and use of academic study, resource and access to specialist knowledge and capability for the enhanced understanding in the realm of SATCOM related endeavours.",
        "id": "425",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The following conditions of membership relate to your legal and financial capacity to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. We will assess your legal and financial capacity, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects.\nModern Slavery Act 2015.\nYou are required to confirm if you are a relevant commercial organisation as defined by section 54 of the Modern Slavery Act 2015. If you are a relevant commercial organisation you are reuired to confimr that you are compliant with the annual reporting requirements contained within Section 54 of the Act and to provide details of your modern slavery statement.\nFinancial Risk.\nA financial assessment will be conducted on all applicants to this Dynamic Market using the Financial Viability Risk Assessment (FVRA) Tool. All applicants are required to complete Attachment 3a - FVRA Tool and upload when prompted when completing the Dynamic Market Questionnaire (DMQ). Please read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. In addition to the required published accounts, you may include more recent draft accounts if you wish. This is not mandatory and it is at your discretion to provide this information if you choose to.   \nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure.\nPayment in Contracts Above \u00a35m Per Annum.\nProcurement Policy Note PPN 015 (https://www.gov.uk/government/collections/procurement-policy-notes) applies to applicants who will be using a supply chain to deliver the services for this Dynamic Market. \nYou are required to confirm:\n- you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. \n- you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. \n- that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "economic",
              "verificationMethod": "Please see the guidance in the Dynamic Market Questionnaire (DMQ).\nData Protection.\nYou are required to confirm that you have, or will have in place by contract award, the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation and to ensure the protection of rights of data subjects. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nModern Slavery Act 2015.\nIf you are \u0027a relevant commercial organisation\u0027 and non-compliant with the requirements contained within Section 54 of the Modern Slavery Act 2015 and associated guidance and/or your statement does not include:\n- the organisation\u0027s structure, its business and its supply chains\n- its policies in relation to slavery and human trafficking\n- its due diligence processes in relation to slavery and human trafficking in its business and supply chains\n- the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk\n- its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate\n- the training and capacity building about slavery and human trafficking available to its staff\nand no satisfactory reason or assurance of future compliance has been provided, OR you are not \u0027a relevant commercial organisation\u0027 but have a turnover of over \u00a336m and have not provided a link to an equivalent statement or document and/or the statement does not include information relating to the bullet points above and no satisfactory reason or assurances of future compliance (where applicable) provided, then the response to this question will be classed as a \u2018Fail\u2019.\nFinancial Risk.\nPlease read Attachment 3 - Financial Viability Risk Assessment instructions, and Attachment 3a - Financial Viability Risk Assessment Tool \u201cInstructions\u201d tab, before you complete Attachment 3a - FVRA Tool. The financial risk assessment will be assessed PASS / FAIL. If you pass the assessment to the satisfaction of CCS, you will achieve a pass. If you do not pass the assessment to the satisfaction of CCS, you will fail this condition of membership. If the outcome of the assessment is \u2018acceptable with mitigating actions\u2019 we may offer the opportunity to nominate a guarantor. We will undertake a Financial Viability Risk Assessment on the nominated guarantor. However, please note there is no option to nominate a guarantor as part of your application.\nInsurance Requirements.\nYou are required to confirm that you will obtain the required insurances as set by the buyer as part of their competitive flexible procedure, if you have bid for and been successfully awarded a contract under that procedure. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nPayment in Contracts Above \u00a35m Per Annum.\nYou are required to confirm you have the systems in place to pay those in your supply chain promptly and effectively, i.e. within agreed contractual terms. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. If you select \u2018Yes\u2019 to this question, you will be required to provide the following evidence:\n- a copy of your standard payment terms for all of your supply chain contracts\n- a copy of your procedures for resolving disputed invoices promptly and effectively\n- details of any payments of interest for late payments you have paid in the last 12 months or which became due in the last 12 months and remain payable (contractually or under late payment legislation) and, if any such payment has been made (or arose), an explanation as to why this occurred and an outline of what remedial steps have been taken to ensure this does not happen again\n- a copy of your standard payment terms used with sub-contractors on public sector contracts subject to the Procurement Act 2023.\nYou are required to confirm you have procedures for resolving disputed invoices with those in your supply chain promptly and effectively. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nYou are required to confirm that, for public sector contracts awarded under the Procurement Act 2023, you have systems in place to include (as a minimum) 30 day payment terms in all of your supply chain contracts and require that such terms are passed down through your supply chain. If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019.\nIf you pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payment days are 55 days or less in the same reporting period, but you have not provided an action plan, or your action plan does not include the required features then your response will be classed as a \u2018Fail\u2019.\nIf you pay less than 90% of all supply chain invoices in 60 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nIf your average payment days are more than 55 days in both of the previous two six month reporting periods after removing intercompany payments then your response will be classed as a \u2018Fail\u2019.\nYour response will be classed as a \u2018Fail\u2019 if you do not meet any of the following criteria:\n- You pay 95% or more of all supply chain invoices within 60 days in at least one of the previous two six month reporting periods AND your average payments days are 55 days or less in the SAME reporting period.\n- You pay 95% or more of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period.\nYou pay between 90% and 95% of all supply chain invoices in 60 days in at least one of the two previous six month reporting periods after removing intercompany payments AND your average payments days are 55 days or less in the SAME reporting period, and you have provided an action plan with all of the required features.\nYou are a new entrant (trading less than 12 months) unable to demonstrate that more than 90% of all supply chain invoices have been paid within 60 days of receipt of the invoice, AND / OR unable to demonstrate your average payments days are 55 days or less, but have provided an explanation of your circumstances.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            },
            {
              "description": "The following conditions of membership relate to your technical ability to perform the contract. Every condition of membership must be satisfied in order for you to be a member of this Dynamic Market. CCS will assess your technical ability, using your responses to the conditions of membership questions in your application.  Any application that fails to satisfy all of the conditions will be rejected. CCS will tell you your application has been rejected and why. If you fail any conditions of membership, it means that the condition of membership is not satisfied and your application will be rejected until the condition of membership can be satisfied.\nPlease see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant).\nCarbon Reduction.\nPublic procurement of contracts with an annual contract value of \u00a35,000,000.00 and above should take into account suppliers\u0027 carbon reduction plans and commitment to Net Zero by 2050. This Policy is set out in detail in PPN 006 (https://www.gov.uk/government/collections/procurement-policy-notes). The requirement is that you will have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract. \nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
              "type": "technical",
              "verificationMethod": "Please see the guidance in the DMQ.\nHealth and Safety.\nYou are required to confirm that you have adequate arrangements in place to manage health and safety effectively and control significant risks relevant to the buyer\u2019s requirement (including risks from the use of contractors where relevant). If you select \u2018No\u2019 to this question, it will be classed as a \u2018Fail\u2019. \nCarbon Reduction.\nYou are required to have in place and provide a link to your Carbon Reduction Plan published to your website (using Attachment 2a - Carbon Reduction Plan Template) confirming your commitment to achieving Net Zero by 2050 in the UK, and setting out the environmental management measures that you have in place and which will be in effect and utilised during the performance of the contract.\nYour response will be classed as a \u2018Fail\u2019 if any of the following apply:\n- you have not provided a link to your organisation\u0027s published Carbon Reduction Plan or confirmed that you do not have a website and have not provided a copy of the Carbon Reduction Plan to CCS and/or the Carbon Reduction Plan submitted\n- is not in the correct format as provided in Attachment 2a - Carbon Reduction Plan template\n- does not confirm the supplier\u2019s commitment to achieving Net Zero by 2050 and/or\n- does not contain emissions for the sources included in Scope 1 and 2 of the GHG Protocol, and a defined subset of Scope 3 emissions, OR an acceptable explanation has not been provided to explain why Scopes or only for some Scopes, have been reported and/or\n- does not set out the environmental management measures in effect, including certification schemes or specific carbon reduction measures you have adopted, and that you will be able to apply when performing the contract\nthe reporting period is more than 12 months from the date of commencement of the procurement, and an acceptable explanation why has not been provided\n- has not been signed off by a director (or equivalent) or designated member (for LLPs)\n- where a Parent Company Carbon Reduction Plan has been submitted the criteria stated above and in the guidance in the DMQ has not been met.\nCyber Essentials Certification.\nYou are required to confirm that you have Cyber Essentials certification or an IASME certified equivalent in place, as a minimum. If you do not hold a valid Cyber Essentials certificate or IASME certified equivalent this will be classed as a \u2018Fail\u2019. Your application will be rejected until you have a valid Cyber Essentials certificate. \nCertificates.\nOnce you are appointed to the Dynamic Market, you will be required to provide copies of your Cyber Essentials (or equivalent) certificate. In addition, you may be required to provide copies of any other relevant certificates as specified as part of your Dynamic Market submission. Please note these certificates will be requested after appointment and do not have to be submitted as part of your application.\nAttachments are available in the Dynamic Market Information Pack, available for unrestricted and full direct access, free of\ncharge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "SATCOM - Academic Research, including Market Assessment Studies"
      }
    ],
    "mainProcurementCategory": "goods",
    "participationFees": [
      {
        "description": "The Authority will charge the Management Charge as specified in this Dynamic Market Notice and in Schedule 3 of the Dynamic Market Terms of Use. \nPlease refer to the detail below and the Dynamic Market Terms of Use, available in the Dynamic Market Information Pack.\nDynamic Market Management Charge\n1.\tDefinitions \n1.1\tIn this Dynamic Market Notice, the following words shall have the following meanings: \n\u201cBuyer\u201d\tthe relevant public sector purchaser awarding a contract to the Supplier by reference to the Dynamic Market;\n\u201cCharges\u201d  the prices (exclusive of any applicable VAT), payable to the Supplier by the Buyer under any contracts awarded pursuant to membership of a Dynamic Market, for the full and proper performance by the Supplier of its obligations under the contract awarded by reference to membership to the Dynamic Market;\n\u201cContract\u201d any contract awarded by reference to membership to the Dynamic Market;\n\u201cDeliverables\u201d Goods, Services or software that may be provided under a contract awarded by reference to membership to a dynamic market;\n\u201cDynamic Market\u201d the market established by the Dynamic Market Notice; \n\u201cDynamic Market Notice\u201d the notice published on the Central Digital Platform for the Dynamic Market Space Technology Solutions, RM6370;\n\u201cGoods\u201d\tgoods made available by the Supplier as specified in the Dynamic Market Notice and in relation to any contracts awarded pursuant to membership of a Dynamic Market;\n\u201cManagement Charge\u201d the sum specified at Paragraph 2 payable by the Supplier to CCS;\n\u201cManagement Information\u201d the management information specified in Schedule 3 of the Terms of Use;\n\u201cMI Reports\u201d\ta report containing Management Information submitted to the CCS in accordance with Schedule 3 of the Terms of Use.\n\u201cMI Reporting Template\u201d the form of report set out in the Schedule 3 of the Terms of Use setting out the information the Supplier is required to supply to CCS;\n\u201cMonth\u201d\ta calendar month and \"Monthly\" shall be interpreted accordingly;\n\u201cServices\u201d services made available by the Supplier as specified in the Dynamic Market Notice and in relation to any contracts awarded pursuant to membership of a Dynamic Market;\n\u201cSupplier\u201d any actual or potential member of this Dynamic Market;\n\u201cTerms of Use\u201d the terms as provided by CCS to the member included within or referenced by the Dynamic Market Notice; and \n\u201cVAT\u201d value added tax in accordance with the provisions of the Value Added Tax Act 1994.\n2.\tManagement Charge \n2.1\tPursuant to section 38 of the Procurement Act 2023 CCS can charge fees (\u201cManagement Charge\u201d) to Suppliers. \n2.2\tThe Supplier will pay, excluding VAT, 1% of all the Charges for the Deliverables invoiced to the Buyer under all Contracts awarded to the Supplier by reference to their membership to this Dynamic Market.  \n2.3\tCCS will invoice the Supplier for the Management Charge and the Supplier must pay it using the process in this Dynamic Market Notice. \n3.\tHow to provide management information to CCS\n3.1\tThe Supplier will need to provide Management Information to CCS with the MI Reporting Template as provided for in the Terms of Use. \n4.\tReporting period\n4.1\tMI Reports will be required to be completed every Month and in accordance with the Terms of Use. \n5.\tSubmitting the information\n5.1\tMI Reports shall be completed electronically and uploaded to the CCS data submission service in accordance with the Terms of Use. \n6.\tPaying the Management Charge\n6.1\tThe Management Charge excludes VAT which is payable on provision of a valid VAT invoice.\n6.2\tThe Supplier shall pay CCS the Management Charge (and other charges payable in accordance with this Dynamic Market Notice) in cleared funds within 30 days of receipt by the Supplier of an undisputed invoice to such bank or building society account set out in the invoice. \n7.\tFurther information\n7.1\tFurther information on the Management Charge can be found in Schedule 3 (Management Charge) of the Terms of Use which can be accessed from the Dynamic Market Information Pack. \n7.2\tThe Dynamic Market Information Pack is available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
        "id": "ocds-h6vhtk-0510f8",
        "relativeValue": {
          "monetaryValue": "award",
          "proportion": 0.01
        },
        "type": [
          "win"
        ]
      }
    ],
    "procurementMethod": "open",
    "procurementMethodDetails": "Dynamic market",
    "status": "active",
    "submissionMethodDetails": "The Dynamic Market Information Pack contains the Terms of Use and instructions on how to submit an application to join the Dynamic Market and is available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370\nThe Dynamic Market and the Dynamic Market Questionnaire (DMQ) are accessed via the Supplier Registration Service (SRS), all suppliers are required to register on the SRS system before applying to the Dynamic Market. Registration requires a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which is registering, and will be applying to the Dynamic Market. Register for an SRS account at\nhttps://supplierregistration.cabinetoffice.gov.uk/organisation/register\nAll suppliers will need to register on the Central Digital Platform (CDP) and complete the core supplier information in the supplier information section. How to video guides and user manuals on the CDP, which will give you an overview of the platform, the registration process, and how to complete and update supplier information can be accessed through the Cabinet Office dedicated TPP supplier page \nhttps://www.gov.uk/government/collections/information-and-guidance-for-suppliers\nApplications to be appointed to the Dynamic Market must be submitted electronically via\nhttps://supplierregistration.cabinetoffice.gov.uk/dm/RM6370\nAdditional information can be obtained from\nhttps://supplierregistration.cabinetoffice.gov.uk/dm/RM6370",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed"
    },
    "techniques": {
      "dynamicPurchasingSystem": {
        "status": "pending"
      },
      "frameworkAgreement": {
        "buyerCategories": "Contracting authorities that may use this  Dynamic Market refer RM6370 - Space Technology Solutions - Customer list.",
        "period": {
          "endDate": "2031-07-30T23:59:59+01:00",
          "startDate": "2025-07-01T23:59:59+01:00"
        },
        "type": "open"
      },
      "hasDynamicPurchasingSystem": true
    },
    "tenderPeriod": {
      "endDate": "2031-07-30T23:59:59+01:00"
    },
    "title": "Space Technology Solutions"
  }
}