Tender

Provision of Software, Hardware and Specialist Technical Services

  • FCDO Services

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-004110

Procurement identifier (OCID): ocds-h6vhtk-051de6 (view related notices)

Published 16 January 2026, 6:39pm



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

This table contains award criteria for this lot
Name Type Weighting
Quality Quality 60%
Price Price 40%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Documents

Associated tender documents

https://fcdo.bravosolution.co.uk/web/login.html


Contracting authority

FCDO Services

  • Public Procurement Organisation Number: PXRT-4666-VHHJ

Hanslope Park

Milton Keynes

MK19 7BH

United Kingdom

Region: UKJ12 - Milton Keynes

Organisation type: Public authority - central government