Scope
Reference
XLYPA/112/25ADO
Description
Lot 1 will be awarded to a Single Supplier for the provision of Software to include, (but not limited to) Commercial off the Shelf Software (COTS Software), Software Licenses, and Associated Specialist Technical Services. Software procured by the Authority is used to support both the internal business requirements and to underpin the services offered to customers. It is therefore critical that the successful Supplier provides not only the software as and when requested but becomes a valued partner in ensuring the Authority's compliance, technical stability and Supplier of choice in its chosen marketplace.
Lot 2 will be awarded to a maximum of 3 Suppliers and will be for the provision of (but not limited to); End User Devices, Infrastructure Hardware, Consumables and Peripheral Equipment with Associated Support and Specialist Technical Services. Suppliers must have the capability to offer a range of commoditised IT products.
If a Bidder is successful for Lot 2 - Hardware & Associated Specialist Technical Services following a competitive process, that Bidder will be awarded a place on the framework as one of the three highest ranked bidders identified following evaluation.
Commercial tool
Establishes a framework
Total value (estimated)
- £70,000,000 excluding VAT
- £84,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 31 March 2029
- Possible extension to 31 March 2030
- 4 years
Description of possible extension:
• The Framework will be awarded for a period of three (3) years from the Framework Agreement Commencement Date ("The Initial Framework Period").
• The Framework may be extended on the same terms and conditions at the authority's discretion for a further period of one (1) year.
• The maximum duration of the Framework will therefore be four (4) years from the Framework Agreement Commencement Date.
Main procurement category
Goods
Additional procurement category
Services
Contract locations
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
Lot constraints
Description of how multiple lots may be awarded:
Lot 1 will be awarded to a Single Supplier for the provision of Software to include, (but not limited to) Commercial off the Shelf Software (COTS Software), Software Licenses, and Associated Specialist Technical Services. Software procured by the Authority is used to support both the internal business requirements and to underpin the services offered to customers. It is therefore critical that the successful Supplier provides not only the software as and when requested but becomes a valued partner in ensuring the Authority's compliance, technical stability and Supplier of choice in its chosen marketplace.
Lot 2 will be awarded to a maximum of 3 Suppliers and will be for the provision of (but not limited to); End User Devices, Infrastructure Hardware, Consumables and Peripheral Equipment with Associated Support and Specialist Technical Services. Suppliers must have the capability to offer a range of commoditised IT products.
If a Bidder is successful for Lot 2 - Hardware & Associated Specialist Technical Services following a competitive process, that Bidder will be awarded a place on the framework as one of the three highest ranked bidders identified following evaluation.
Not the same for all lots
CPV classifications are shown in Lot sections, because they are not the same for all lots.
Lot 1. Software and Associated Specialist Technical Services
Description
Provision of Software to include, (but not limited to) Commercial off the Shelf Software (COTS Software), Software Licenses, and Associated Specialist Technical Services. Software procured by the Authority is used to support both the internal business requirements and to underpin the services offered to customers. It is therefore critical that the successful Supplier provides not only the software as and when requested but becomes a valued partner in ensuring the Authority's compliance, technical stability and Supplier of choice in its chosen marketplace.
Lot value (estimated)
- £30,000,000 excluding VAT
- £36,000,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 48517000 - IT software package
- 72200000 - Software programming and consultancy services
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Lot 2 - Hardware and Associated Specialist Technical Services
Description
Provision of (but not limited to); End User Devices, Infrastructure Hardware, Consumables and Peripheral Equipment with Associated Support and Specialist Technical Services. Suppliers must have the capability to offer a range of commoditised IT products.
Lot value (estimated)
- £40,000,000 excluding VAT
- £48,000,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 72100000 - Hardware consultancy services
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
Lot 1 - Prices will be provided on either a fixed basis, against a catalogue of goods or on demand against a statement of requirement.
Lot 2 - Prices will be provided on either a fixed basis, against a catalogue of goods or on following a mini competition.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
FCDO Services and associated customers. (To include other central government agencies, arm length organisations and similar entities.)
Contracting authority location restrictions
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
Participation
Particular suitability
Lot 1. Software and Associated Specialist Technical Services
Lot 2. Lot 2 - Hardware and Associated Specialist Technical Services
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
13 February 2026, 11:59pm
Tender submission deadline
20 February 2026, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
6 March 2026
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Quality | Quality | 60% |
| Price | Price | 40% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
FCDO Services
- Public Procurement Organisation Number: PXRT-4666-VHHJ
Hanslope Park
Milton Keynes
MK19 7BH
United Kingdom
Email: purchasingenquiries@fcdo.gov.uk
Website: https://www.fcdoservices.gov.uk/
Region: UKJ12 - Milton Keynes
Organisation type: Public authority - central government