Section one: Contracting authority
one.1) Name and addresses
Crescent Purchasing Consortium Limited
Procurement House, Leslie Hough Way
Salford
M6 6AJ
Telephone
+44 1618231860
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Education
Procurement House
Salford
M6 6AJ
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Public Sector
Procurement House
Salford
M6 6AJ
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://suppliers.multiquote.com
Additional information can be obtained from another address:
Crescent Purchasing Consortium Limited
Procurement House, Leslie Hough Way
Salford
M6 6AJ
Telephone
+44 1618231860
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
Tenders or requests to participate must be submitted electronically via
https://suppliers.multiquote.com
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ICT Network, Storage and Service Solutions Framework Agreement
Reference number
CA15354 - CPC/JE/01/2025
two.1.2) Main CPV code
- 30200000 - Computer equipment and supplies
two.1.3) Type of contract
Supplies
two.1.4) Short description
The CPC is seeking to establish a multi-provider framework agreement on behalf of CPC members for ICT Network, Storage and Service Solutions. The Agreement will be split into 4 lots: Lot 1 – On Premise Solutions (Specialist Lot), Lot 2 – Cloud and Hybrid Cloud Solutions (Specialist Lot), Lot 3 – Multi Purpose Lot – For on Premise, Cloud and Hybrid Cloud Solutions, Lot 4 – Outsourced ICT Services. The Framework will be open to CPC members. A list of current members can be found at https://www.thecpc.ac.uk/members. The Framework is also open to future members of CPC, with details available here: www.get-information-schools.service.gov.uk/ Local Authorities may also wish to use the resulting Framework when procuring on behalf of educational institutions. The framework will also be open to the wider public sector details which can be found at https://www.gov.uk/government/organisations , https://www.thecpc.ac.uk/suppliers/eligible-public-sector-bodies.php
two.1.5) Estimated total value
Value excluding VAT: £86,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
4
Maximum number of lots that may be awarded to one tenderer: 4
two.2) Description
two.2.1) Title
Lot 1 – On Premise Solutions (Specialist Lot)
Lot No
1
two.2.2) Additional CPV code(s)
- 51611100 - Hardware installation services
- 30211300 - Computer platforms
- 72510000 - Computer-related management services
- 30230000 - Computer-related equipment
- 72110000 - Hardware selection consultancy services
- 72212517 - IT software development services
- 30237300 - Computer supplies
- 30211200 - Mainframe hardware
- 30211400 - Computer configurations
- 44316400 - Hardware
- 72000000 - IT services: consulting, software development, Internet and support
- 30211000 - Mainframe computer
- 48151000 - Computer control system
- 30200000 - Computer equipment and supplies
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
uk
two.2.4) Description of the procurement
Lot 1 provides for IT infrastructure solutions that are entirely delivered on-premise and includes but is not limited to the following:
• Network hardware, including switches, routers, wireless access points, wireless network controllers, structured cabling and equipment accommodation that is external to a data centre. These may be delivered as core, distribution or access solutions or any combination of such.
• Network security solutions which includes both hardware and software designed to secure any part of the IT infrastructure, for example firewalls, web monitoring, email security and endpoint protection
• Storage hardware which may include, both network attached storage devices and storage area network solutions. This also includes storage controllers, of the type that allows software defined access to and aggregation of existing diverse storage hardware.
• Server hardware composed of such hardware as is specifically designed to deliver compute capacity for both physical server deployments and hosting of virtual servers. This may also include directly attached storage.
• Backup, archiving and data protection systems. This may include disk or tape backup, directly attached or network attached and may also include data loss prevention solutions.
• Data Centre furniture, power systems and air conditioning systems. This includes server and communications accommodation including racks and shelving, mains power delivery systems, uninterruptible power systems, structured cabling, air conditioning and cooling systems.
• Infrastructure support systems and services. This may also include systems for monitoring availability, capacity, and performance of some or all infrastructure components.
• Installation and repair Services.
• Consultancy for On Premise Solutions including Design Services where a solution is yet to be defined.
• IP Telephony
All the above must be delivered on-premise in a way appropriate to specific requirements. This may be by way of 3 tier separate components as a solution, a bundled converged solution or hyper-converged solution.
This lot includes supply only and the supply and delivery of physical equipment and associated software licensing, installation of solutions and any support and maintenance contracts as well as strategic technology partnerships. A strategic partnership is the creation of a collaborative agreement between a supplier and a customer for a pre-defined period of time to deliver technology programmes that are complex or wide reaching, where involving many suppliers over a period of time may produce inconsistencies in both quality and interoperability of technology solutions.
Furthermore, where required by members the scope includes refurbished equipment, remanufactured equipment, and bespoke equipment.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 – Cloud and Hybrid Cloud Solutions (Specialist Lot)
Lot No
2
two.2.2) Additional CPV code(s)
- 30200000 - Computer equipment and supplies
- 48151000 - Computer control system
- 72500000 - Computer-related services
- 30211400 - Computer configurations
- 30211300 - Computer platforms
- 72000000 - IT services: consulting, software development, Internet and support
- 51611100 - Hardware installation services
- 72510000 - Computer-related management services
- 72110000 - Hardware selection consultancy services
- 30237300 - Computer supplies
- 30211000 - Mainframe computer
- 72212517 - IT software development services
- 30211200 - Mainframe hardware
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Greater Manchester
two.2.4) Description of the procurement
Lot 2 provides for IT Infrastructure solutions that are either entirely cloud based or are a hybrid cloud solution comprising both on-premise and cloud components. Solutions may include but are not limited to the following technologies.
• Network solutions that include cloud components that may or may not be combined with on-premise hardware. Examples may include on-premise wireless solutions with cloud-based controllers or software defined network controllers for virtual WAN deployments.
• Network security solutions. These may include cloud-based security for cloud infrastructure deployments or hybrid solutions that have a much wider scope and can include such services as:
o Identity and Access Management
o Data Loss Prevention
o Web Security
o Intrusion Management
o Mobile Device Management
o Email Security
o Encryption
o Managed Security Services
• Server solutions that are defined as delivering compute capacity either entirely or partly by cloud services. This includes virtualisation of servers and application delivery platforms allowing flexibility in solution design by defining the technology as compute rather than restricting to only specific server deployments.
• Storage solutions that are entirely cloud based or that integrate or interact with an on-premise storage deployment. This may be for storage of data, synchronisation services or may form part of a backup and archiving solution.
• Backup, archiving and data protection systems that are entirely or partly cloud-based and may include the provision of storage specific to the solution.
• infrastructure support systems and services including monitoring and reporting systems that are entirely or partly cloud based. This may include monitoring availability, capacity and performance of some or all infrastructure components. This includes both premises monitoring and IT infrastructure monitoring and reporting.
• Installation and repair Services
• Consultancy for Cloud and Hybrid Cloud Solutions including Design Services where a solution is yet to be defined.
• IP Telephony
This lot is to be used where any component of the solution is cloud based and where such components may integrate or interact with on-premise components.
This lot includes supply only and supply and delivery of physical equipment and associated software licensing, installation of the solution and any support and maintenance contracts as well as strategic technology partnerships. A strategic partnership is the creation of a collaborative agreement between a supplier and a customer for a pre-defined period of time to deliver technology programmes that are complex or wide reaching, where involving many suppliers over a period of time may produce inconsistencies in both quality and interoperability of technology solutions.
Furthermore, where required by members the scope includes refurbished equipment, remanufactured equipment, and bespoke equipment.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3 – Multi Purpose Lot – For on Premise, Cloud and Hybrid Cloud Solutions
Lot No
3
two.2.2) Additional CPV code(s)
- 30211400 - Computer configurations
- 30200000 - Computer equipment and supplies
- 30211000 - Mainframe computer
- 44316400 - Hardware
- 48151000 - Computer control system
- 72110000 - Hardware selection consultancy services
- 30211200 - Mainframe hardware
- 72000000 - IT services: consulting, software development, Internet and support
- 51611100 - Hardware installation services
- 30211300 - Computer platforms
- 72212517 - IT software development services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Greater Manchester
two.2.4) Description of the procurement
Lot 3 is a multi-purpose lot encompassing the requirements of Lots 1 and 2. Members / Wider Public Sector Contracting Authorities where their solution is known i.e. On Premise, or Cloud / Hybrid Cloud Solution can use the specific specialist Lot (Lot 1 or Lot 2) for their requirement, or they can select to use Lot 3.
Where the solution is unknown, it is recommended Lot 3 is utilised by Members / Wider Public Sector Contracting Authorities when calling off from the Framework Agreement.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £40,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 4 – Outsourced ICT Services
Lot No
4
two.2.2) Additional CPV code(s)
- 30211000 - Mainframe computer
- 30200000 - Computer equipment and supplies
- 30211400 - Computer configurations
- 30230000 - Computer-related equipment
- 30237300 - Computer supplies
- 51611100 - Hardware installation services
- 48151000 - Computer control system
- 72590000 - Computer-related professional services
- 30211200 - Mainframe hardware
- 72500000 - Computer-related services
- 72510000 - Computer-related management services
- 35710000 - Command, control, communication and computer systems
- 30211300 - Computer platforms
- 72110000 - Hardware selection consultancy services
- 72228000 - Hardware integration consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Greater Manchester
two.2.4) Description of the procurement
This lot covers all services involved in providing an outsourced managed service for information communication technology. This includes but is not limited to:
• Remote and on-site service provision for proactive and reactive support including monitoring, incident managing, testing, fault fixing, backup and disaster recovery, data protection, patch management, etc.
• IT asset and configuration management, release management
• Supporting staff with new IT developments, IT procurement, service integration and management, set up of IT equipment (e.g. for use in lessons, assemblies, meetings) where there is an on-site requirement, advice etc.
• Project management and development of IT strategies & refreshment, and other additional ad-hoc requirements
We are seeking assurance on behalf of members of the CPC that Managed Service Providers are able to perform at the highest level, delivering support service that meets the needs of modern institutions.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £6,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
See documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 40
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 April 2025
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
7 April 2025
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Crescent Purchasing Consortia
Procurement House
Salford
M6 6AJ
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Crescent Purchasing Consortia
Procurement House
Salford
M6 6AJ
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will incorporate a minimum of a ten calendar day standstill period at the point that information on the award of contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contract Regulations 2015, provide for aggrieved parties who have been harmed or are at risk of harm, by breach of the rules to take action in the High Court. Any such action must be brought promptly
six.4.4) Service from which information about the review procedure may be obtained
Crescent Purchasing Consortia
Procurement House
Salford
M6 6AJ
Country
United Kingdom