Section one: Contracting authority
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://crowncommercialservice.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://crowncommercialservice.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Technology Products and Associated Services 2
Reference number
RM6098
two.1.2) Main CPV code
- 30200000 - Computer equipment and supplies
two.1.3) Type of contract
Supplies
two.1.4) Short description
Crown Commercial Service (CCS), hereby known as the Authority, is seeking to establish a multi-supplier Framework Contract for the supply of Technology Products and Associated Services (TePAS 2).
This Framework Agreement will replace:-
RM6068 Technology Products and Associated Services (TePAS), due to expire in December 2023, RM6147 Technology Online Purchasing Content (TOPC), due to expire in November 2023 and RM6147 Education Technology (lots 1, 4 and 5) which is due to expire in June 2023.
The scope to support Health and Social Care Technology (lot 5) and Sustainability and Circular IT (lot 7) shall be included in this Framework Contract.
The Framework will have 8 Lots:
Lot 1 - Hardware and Software and Associated Services
Lot 2 - Hardware
Lot 3 - Software
Lot 4 - Information Assured Technology
Lot 5 - Health and Social Care Technology
Lot 6 - Education Technology
Lot 7 - Sustainability and Circular IT
Lot 8 - Technology Catalogue
two.1.5) Estimated total value
Value excluding VAT: £12,000,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 8
two.2) Description
two.2.1) Title
Hardware and Software and Associated Services
Lot No
1
two.2.2) Additional CPV code(s)
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 30200000 - Computer equipment and supplies
- 30210000 - Data-processing machines (hardware)
- 30213000 - Personal computers
- 30213200 - Tablet computer
- 30213300 - Desktop computer
- 30215000 - Microcomputer hardware
- 30230000 - Computer-related equipment
- 30231000 - Computer screens and consoles
- 30232000 - Peripheral equipment
- 30233000 - Media storage and reader devices
- 30234000 - Storage media
- 30236000 - Miscellaneous computer equipment
- 30237000 - Parts, accessories and supplies for computers
- 30237300 - Computer supplies
- 31154000 - Uninterruptible power supplies
- 31300000 - Insulated wire and cable
- 32231000 - Closed-circuit television apparatus
- 32232000 - Video-conferencing equipment
- 32233000 - Radio-frequency booster stations
- 32234000 - Closed-circuit television cameras
- 32235000 - Closed-circuit surveillance system
- 32236000 - Radio telephones
- 32237000 - Walkie-talkies
- 32250000 - Mobile telephones
- 32260000 - Data-transmission equipment
- 32270000 - Digital transmission apparatus
- 32420000 - Network equipment
- 32421000 - Network cabling
- 32422000 - Network components
- 32423000 - Network hubs
- 32424000 - Network infrastructure
- 32425000 - Network operating system
- 32427000 - Network system
- 38650000 - Photographic equipment
- 48000000 - Software package and information systems
- 48100000 - Industry specific software package
- 48200000 - Networking, Internet and intranet software package
- 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
- 48400000 - Business transaction and personal business software package
- 48500000 - Communication and multimedia software package
- 48600000 - Database and operating software package
- 48700000 - Software package utilities
- 48800000 - Information systems and servers
- 48900000 - Miscellaneous software package and computer systems
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 50312000 - Maintenance and repair of computer equipment
- 50312100 - Maintenance and repair of mainframe computers
- 50312110 - Maintenance of mainframe computers
- 50312200 - Maintenance and repair of minicomputers
- 50312210 - Maintenance of minicomputers
- 50312220 - Repair of minicomputers
- 50312300 - Maintenance and repair of data network equipment
- 50312310 - Maintenance of data network equipment
- 50312320 - Repair of data network equipment
- 50312400 - Maintenance and repair of microcomputers
- 50312410 - Maintenance of microcomputers
- 50312420 - Repair of microcomputers
- 50320000 - Repair and maintenance services of personal computers
- 50321000 - Repair services of personal computers
- 50323000 - Maintenance and repair of computer peripherals
- 50323100 - Maintenance of computer peripherals
- 50323200 - Repair of computer peripherals
- 50324000 - Support services of personal computers
- 50324100 - System maintenance services
- 50324200 - Preventive maintenance services
- 50330000 - Maintenance services of telecommunications equipment
- 50331000 - Repair and maintenance services of telecommunications lines
- 50332000 - Telecommunications-infrastructure maintenance services
- 50333000 - Maintenance services of radio-communications equipment
- 50340000 - Repair and maintenance services of audio-visual and optical equipment
- 50342000 - Repair and maintenance services of audio equipment
- 50343000 - Repair and maintenance services of video equipment
- 51000000 - Installation services (except software)
- 51600000 - Installation services of computers and office equipment
- 51611000 - Installation services of computers
- 51611100 - Hardware installation services
- 51612000 - Installation services of information-processing equipment
- 72000000 - IT services: consulting, software development, Internet and support
- 72100000 - Hardware consultancy services
- 72110000 - Hardware selection consultancy services
- 72120000 - Hardware disaster-recovery consultancy services
- 72130000 - Computer-site planning consultancy services
- 72140000 - Computer hardware acceptance testing consultancy services
- 72150000 - Computer audit consultancy and hardware consultancy services
- 72200000 - Software programming and consultancy services
- 72210000 - Programming services of packaged software products
- 72212732 - Data security software development services
- 72220000 - Systems and technical consultancy services
- 72222000 - Information systems or technology strategic review and planning services
- 72222200 - Information systems or technology planning services
- 72222300 - Information technology services
- 72223000 - Information technology requirements review services
- 72224000 - Project management consultancy services
- 72224100 - System implementation planning services
- 72224200 - System quality assurance planning services
- 72225000 - System quality assurance assessment and review services
- 72226000 - System software acceptance testing consultancy services
- 72227000 - Software integration consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1 may be more complex or larger in scale and/or a mixture of requirements that may include a combination of hardware, software and associated services.
A framework contract will be awarded to a maximum of 15 bidders for Lot .
The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £2,400,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the framework is 30 months, with the option to extend for a further 18 months.
CCS reserve the right to extend lots by varying durations
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Hardware
Lot No
2
two.2.2) Additional CPV code(s)
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 30200000 - Computer equipment and supplies
- 30210000 - Data-processing machines (hardware)
- 30213000 - Personal computers
- 30213200 - Tablet computer
- 30213300 - Desktop computer
- 30215000 - Microcomputer hardware
- 30230000 - Computer-related equipment
- 30231000 - Computer screens and consoles
- 30232000 - Peripheral equipment
- 30233000 - Media storage and reader devices
- 30234000 - Storage media
- 30236000 - Miscellaneous computer equipment
- 30237000 - Parts, accessories and supplies for computers
- 30237300 - Computer supplies
- 31154000 - Uninterruptible power supplies
- 31300000 - Insulated wire and cable
- 32230000 - Radio transmission apparatus with reception apparatus
- 32231000 - Closed-circuit television apparatus
- 32232000 - Video-conferencing equipment
- 32233000 - Radio-frequency booster stations
- 32234000 - Closed-circuit television cameras
- 32235000 - Closed-circuit surveillance system
- 32236000 - Radio telephones
- 32237000 - Walkie-talkies
- 32250000 - Mobile telephones
- 32260000 - Data-transmission equipment
- 32270000 - Digital transmission apparatus
- 32420000 - Network equipment
- 32421000 - Network cabling
- 32422000 - Network components
- 32423000 - Network hubs
- 32424000 - Network infrastructure
- 32425000 - Network operating system
- 32427000 - Network system
- 38650000 - Photographic equipment
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 50312000 - Maintenance and repair of computer equipment
- 50312100 - Maintenance and repair of mainframe computers
- 50312110 - Maintenance of mainframe computers
- 50312200 - Maintenance and repair of minicomputers
- 50312210 - Maintenance of minicomputers
- 50312220 - Repair of minicomputers
- 50312300 - Maintenance and repair of data network equipment
- 50312310 - Maintenance of data network equipment
- 50312320 - Repair of data network equipment
- 50312400 - Maintenance and repair of microcomputers
- 50312410 - Maintenance of microcomputers
- 50312420 - Repair of microcomputers
- 50320000 - Repair and maintenance services of personal computers
- 50321000 - Repair services of personal computers
- 50323000 - Maintenance and repair of computer peripherals
- 50323100 - Maintenance of computer peripherals
- 50323200 - Repair of computer peripherals
- 50324000 - Support services of personal computers
- 50324100 - System maintenance services
- 50324200 - Preventive maintenance services
- 50330000 - Maintenance services of telecommunications equipment
- 50331000 - Repair and maintenance services of telecommunications lines
- 50332000 - Telecommunications-infrastructure maintenance services
- 50333000 - Maintenance services of radio-communications equipment
- 50340000 - Repair and maintenance services of audio-visual and optical equipment
- 50342000 - Repair and maintenance services of audio equipment
- 50343000 - Repair and maintenance services of video equipment
- 51000000 - Installation services (except software)
- 51600000 - Installation services of computers and office equipment
- 51610000 - Installation services of computers and information-processing equipment
- 51611000 - Installation services of computers
- 51611100 - Hardware installation services
- 51612000 - Installation services of information-processing equipment
- 72000000 - IT services: consulting, software development, Internet and support
- 72100000 - Hardware consultancy services
- 72110000 - Hardware selection consultancy services
- 72120000 - Hardware disaster-recovery consultancy services
- 72130000 - Computer-site planning consultancy services
- 72140000 - Computer hardware acceptance testing consultancy services
- 72150000 - Computer audit consultancy and hardware consultancy services
- 72500000 - Computer-related services
- 72510000 - Computer-related management services
- 72511000 - Network management software services
- 72512000 - Document management services
- 72513000 - Office automation services
- 72540000 - Computer upgrade services
- 72541000 - Computer expansion services
- 72590000 - Computer-related professional services
- 72591000 - Development of service level agreements
- 72600000 - Computer support and consultancy services
- 72610000 - Computer support services
- 72611000 - Technical computer support services
- 72800000 - Computer audit and testing services
- 72810000 - Computer audit services
- 72820000 - Computer testing services
- 72900000 - Computer back-up and catalogue conversion services
- 72910000 - Computer back-up services
- 72920000 - Computer catalogue conversion services
- 80533000 - Computer-user familiarisation and training services
- 80533100 - Computer training services
- 80533200 - Computer courses
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK - United Kingdom
two.2.4) Description of the procurement
Hardware
The provision of technology hardware and associated services. Details of the deliverables are set out in Framework Schedule 1 - Specification
A framework contract will be awarded to a maximum of 25 bidders for Lot 2.
The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £2,800,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the framework is 30 months, with the option to extend for a further 18 months.
CCS reserve the right to extend lots by varying durations
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Software
Lot No
3
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 48100000 - Industry specific software package
- 48200000 - Networking, Internet and intranet software package
- 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
- 48400000 - Business transaction and personal business software package
- 48500000 - Communication and multimedia software package
- 48600000 - Database and operating software package
- 48700000 - Software package utilities
- 48800000 - Information systems and servers
- 48900000 - Miscellaneous software package and computer systems
- 72000000 - IT services: consulting, software development, Internet and support
- 72200000 - Software programming and consultancy services
- 72210000 - Programming services of packaged software products
- 72212732 - Data security software development services
- 72220000 - Systems and technical consultancy services
- 72222000 - Information systems or technology strategic review and planning services
- 72222200 - Information systems or technology planning services
- 72222300 - Information technology services
- 72223000 - Information technology requirements review services
- 72224000 - Project management consultancy services
- 72224100 - System implementation planning services
- 72224200 - System quality assurance planning services
- 72225000 - System quality assurance assessment and review services
- 72226000 - System software acceptance testing consultancy services
- 72227000 - Software integration consultancy services
- 72228000 - Hardware integration consultancy services
- 72250000 - System and support services
- 72251000 - Disaster recovery services
- 72252000 - Computer archiving services
- 72253000 - Helpdesk and support services
- 72253100 - Helpdesk services
- 72253200 - Systems support services
- 72254000 - Software testing
- 72254100 - Systems testing services
- 72260000 - Software-related services
- 72261000 - Software support services
- 72263000 - Software implementation services
- 72265000 - Software configuration services
- 72266000 - Software consultancy services
- 72267000 - Software maintenance and repair services
- 72267100 - Maintenance of information technology software
- 72267200 - Repair of information technology software
- 72500000 - Computer-related services
- 72510000 - Computer-related management services
- 72511000 - Network management software services
- 72512000 - Document management services
- 72513000 - Office automation services
- 72541000 - Computer expansion services
- 72590000 - Computer-related professional services
- 72591000 - Development of service level agreements
- 72800000 - Computer audit and testing services
- 72810000 - Computer audit services
- 72820000 - Computer testing services
- 72900000 - Computer back-up and catalogue conversion services
- 72910000 - Computer back-up services
- 72920000 - Computer catalogue conversion services
- 80533000 - Computer-user familiarisation and training services
- 80533100 - Computer training services
- 80533200 - Computer courses
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
Software - Commercial off the shelf Software and associated services.
Details of the deliverables are set out in Framework Schedule 1 - Specification
A framework contrast will be awarded to a maximum of 40 bidders for Lot 3.
The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £4,000,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the framework is 30 months, with the option to extend for a further 18 months.
CCS reserve the right to extend lots by varying durations
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Information Assured Products
Lot No
4
two.2.2) Additional CPV code(s)
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 30200000 - Computer equipment and supplies
- 30210000 - Data-processing machines (hardware)
- 30213000 - Personal computers
- 30213200 - Tablet computer
- 30213300 - Desktop computer
- 30215000 - Microcomputer hardware
- 30230000 - Computer-related equipment
- 30231000 - Computer screens and consoles
- 30232000 - Peripheral equipment
- 30233000 - Media storage and reader devices
- 30234000 - Storage media
- 30236000 - Miscellaneous computer equipment
- 30237000 - Parts, accessories and supplies for computers
- 30237300 - Computer supplies
- 31154000 - Uninterruptible power supplies
- 31300000 - Insulated wire and cable
- 32230000 - Radio transmission apparatus with reception apparatus
- 32231000 - Closed-circuit television apparatus
- 32232000 - Video-conferencing equipment
- 32233000 - Radio-frequency booster stations
- 32234000 - Closed-circuit television cameras
- 32235000 - Closed-circuit surveillance system
- 32236000 - Radio telephones
- 32237000 - Walkie-talkies
- 32250000 - Mobile telephones
- 32260000 - Data-transmission equipment
- 32270000 - Digital transmission apparatus
- 32420000 - Network equipment
- 32421000 - Network cabling
- 32422000 - Network components
- 32423000 - Network hubs
- 32424000 - Network infrastructure
- 32425000 - Network operating system
- 32427000 - Network system
- 35500000 - Warships and associated parts
- 35700000 - Military electronic systems
- 35710000 - Command, control, communication and computer systems
- 35712000 - Tactical command, control and communication systems
- 38650000 - Photographic equipment
- 48000000 - Software package and information systems
- 48100000 - Industry specific software package
- 48200000 - Networking, Internet and intranet software package
- 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
- 48400000 - Business transaction and personal business software package
- 48500000 - Communication and multimedia software package
- 48600000 - Database and operating software package
- 48700000 - Software package utilities
- 48800000 - Information systems and servers
- 48900000 - Miscellaneous software package and computer systems
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 50312000 - Maintenance and repair of computer equipment
- 50312100 - Maintenance and repair of mainframe computers
- 50312110 - Maintenance of mainframe computers
- 50312200 - Maintenance and repair of minicomputers
- 50312210 - Maintenance of minicomputers
- 50312220 - Repair of minicomputers
- 50312300 - Maintenance and repair of data network equipment
- 50312310 - Maintenance of data network equipment
- 50312320 - Repair of data network equipment
- 50312400 - Maintenance and repair of microcomputers
- 50312410 - Maintenance of microcomputers
- 50312420 - Repair of microcomputers
- 50320000 - Repair and maintenance services of personal computers
- 50321000 - Repair services of personal computers
- 50323000 - Maintenance and repair of computer peripherals
- 50323100 - Maintenance of computer peripherals
- 50323200 - Repair of computer peripherals
- 50324000 - Support services of personal computers
- 50324100 - System maintenance services
- 50324200 - Preventive maintenance services
- 50330000 - Maintenance services of telecommunications equipment
- 50331000 - Repair and maintenance services of telecommunications lines
- 50332000 - Telecommunications-infrastructure maintenance services
- 50333000 - Maintenance services of radio-communications equipment
- 50340000 - Repair and maintenance services of audio-visual and optical equipment
- 50342000 - Repair and maintenance services of audio equipment
- 50343000 - Repair and maintenance services of video equipment
- 51000000 - Installation services (except software)
- 51600000 - Installation services of computers and office equipment
- 51611000 - Installation services of computers
- 51611100 - Hardware installation services
- 51612000 - Installation services of information-processing equipment
- 72000000 - IT services: consulting, software development, Internet and support
- 72100000 - Hardware consultancy services
- 72110000 - Hardware selection consultancy services
- 72120000 - Hardware disaster-recovery consultancy services
- 72130000 - Computer-site planning consultancy services
- 72140000 - Computer hardware acceptance testing consultancy services
- 72150000 - Computer audit consultancy and hardware consultancy services
- 72200000 - Software programming and consultancy services
- 72210000 - Programming services of packaged software products
- 72220000 - Systems and technical consultancy services
- 72222000 - Information systems or technology strategic review and planning services
- 72222200 - Information systems or technology planning services
- 72222300 - Information technology services
- 72223000 - Information technology requirements review services
- 72224000 - Project management consultancy services
- 72224100 - System implementation planning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Information Assured Products
Provision of any combination of hardware, software and associated services above Official (Secret and Top Secret) UK Government Security Classifications.
Details of the deliverables are set out in Framework Schedule 1 - Specification
A framework contrast will be awarded to a maximum of 20 bidders for Lot 4.
The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £1,000,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the framework is 30 months, with the option to extend for a further 18 months.
CCS reserve the right to extend lots by varying durations
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Health and Social Care Technology
Lot No
5
two.2.2) Additional CPV code(s)
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 30200000 - Computer equipment and supplies
- 30210000 - Data-processing machines (hardware)
- 30213000 - Personal computers
- 30213200 - Tablet computer
- 30213300 - Desktop computer
- 30215000 - Microcomputer hardware
- 30230000 - Computer-related equipment
- 30231000 - Computer screens and consoles
- 30232000 - Peripheral equipment
- 30233000 - Media storage and reader devices
- 30234000 - Storage media
- 30236000 - Miscellaneous computer equipment
- 30237000 - Parts, accessories and supplies for computers
- 30237300 - Computer supplies
- 31154000 - Uninterruptible power supplies
- 31300000 - Insulated wire and cable
- 32230000 - Radio transmission apparatus with reception apparatus
- 32231000 - Closed-circuit television apparatus
- 32232000 - Video-conferencing equipment
- 32233000 - Radio-frequency booster stations
- 32234000 - Closed-circuit television cameras
- 32235000 - Closed-circuit surveillance system
- 32236000 - Radio telephones
- 32237000 - Walkie-talkies
- 32250000 - Mobile telephones
- 32260000 - Data-transmission equipment
- 32270000 - Digital transmission apparatus
- 32420000 - Network equipment
- 32421000 - Network cabling
- 32422000 - Network components
- 32423000 - Network hubs
- 32424000 - Network infrastructure
- 32425000 - Network operating system
- 32427000 - Network system
- 33190000 - Miscellaneous medical devices and products
- 33191000 - Sterilisation, disinfection and hygiene devices
- 38650000 - Photographic equipment
- 48000000 - Software package and information systems
- 48100000 - Industry specific software package
- 48200000 - Networking, Internet and intranet software package
- 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
- 48400000 - Business transaction and personal business software package
- 48500000 - Communication and multimedia software package
- 48600000 - Database and operating software package
- 48700000 - Software package utilities
- 48800000 - Information systems and servers
- 48900000 - Miscellaneous software package and computer systems
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 50312000 - Maintenance and repair of computer equipment
- 50312100 - Maintenance and repair of mainframe computers
- 50312110 - Maintenance of mainframe computers
- 50312200 - Maintenance and repair of minicomputers
- 50312210 - Maintenance of minicomputers
- 50312220 - Repair of minicomputers
- 50312300 - Maintenance and repair of data network equipment
- 50312310 - Maintenance of data network equipment
- 50312320 - Repair of data network equipment
- 50312400 - Maintenance and repair of microcomputers
- 50312410 - Maintenance of microcomputers
- 50312420 - Repair of microcomputers
- 50320000 - Repair and maintenance services of personal computers
- 50321000 - Repair services of personal computers
- 50323000 - Maintenance and repair of computer peripherals
- 50323100 - Maintenance of computer peripherals
- 50323200 - Repair of computer peripherals
- 50324000 - Support services of personal computers
- 50324100 - System maintenance services
- 50324200 - Preventive maintenance services
- 50330000 - Maintenance services of telecommunications equipment
- 50331000 - Repair and maintenance services of telecommunications lines
- 50332000 - Telecommunications-infrastructure maintenance services
- 50333000 - Maintenance services of radio-communications equipment
- 50340000 - Repair and maintenance services of audio-visual and optical equipment
- 50342000 - Repair and maintenance services of audio equipment
- 50343000 - Repair and maintenance services of video equipment
- 51000000 - Installation services (except software)
- 51600000 - Installation services of computers and office equipment
- 51611000 - Installation services of computers
- 51611100 - Hardware installation services
- 51612000 - Installation services of information-processing equipment
- 72000000 - IT services: consulting, software development, Internet and support
- 72100000 - Hardware consultancy services
- 72110000 - Hardware selection consultancy services
- 72120000 - Hardware disaster-recovery consultancy services
- 72130000 - Computer-site planning consultancy services
- 72140000 - Computer hardware acceptance testing consultancy services
- 72150000 - Computer audit consultancy and hardware consultancy services
- 72200000 - Software programming and consultancy services
- 72210000 - Programming services of packaged software products
- 72220000 - Systems and technical consultancy services
- 72222000 - Information systems or technology strategic review and planning services
- 72222200 - Information systems or technology planning services
- 72222300 - Information technology services
- 72223000 - Information technology requirements review services
- 72224000 - Project management consultancy services
- 72224100 - System implementation planning services
- 72224200 - System quality assurance planning services
- 72225000 - System quality assurance assessment and review services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
Health and Social Care Technology
The provision of hardware and software and associated services specifically within the health and social care sector (that is delivered by Suppliers or teams within a Supplier or Original Equipment Manufacturers with dedicated teams and/or products for the health and social care sector).
Details of the deliverables are set out in Framework Schedule 1 - Specification
A framework contrast will be awarded to a maximum of 50 bidders for Lot 5.
The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £500,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the framework is 30 months, with the option to extend for a further 18 months.
CCS reserve the right to extend lots by varying durations
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Education Technology
Lot No
6
two.2.2) Additional CPV code(s)
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 30200000 - Computer equipment and supplies
- 30210000 - Data-processing machines (hardware)
- 30213000 - Personal computers
- 30213200 - Tablet computer
- 30213300 - Desktop computer
- 30215000 - Microcomputer hardware
- 30230000 - Computer-related equipment
- 30231000 - Computer screens and consoles
- 30232000 - Peripheral equipment
- 30233000 - Media storage and reader devices
- 30234000 - Storage media
- 30236000 - Miscellaneous computer equipment
- 30237000 - Parts, accessories and supplies for computers
- 30237300 - Computer supplies
- 31154000 - Uninterruptible power supplies
- 31300000 - Insulated wire and cable
- 32230000 - Radio transmission apparatus with reception apparatus
- 32231000 - Closed-circuit television apparatus
- 32232000 - Video-conferencing equipment
- 32233000 - Radio-frequency booster stations
- 32234000 - Closed-circuit television cameras
- 32235000 - Closed-circuit surveillance system
- 32236000 - Radio telephones
- 32237000 - Walkie-talkies
- 32250000 - Mobile telephones
- 32260000 - Data-transmission equipment
- 32270000 - Digital transmission apparatus
- 32420000 - Network equipment
- 32421000 - Network cabling
- 32422000 - Network components
- 32423000 - Network hubs
- 32424000 - Network infrastructure
- 32425000 - Network operating system
- 32427000 - Network system
- 38650000 - Photographic equipment
- 48000000 - Software package and information systems
- 48100000 - Industry specific software package
- 48200000 - Networking, Internet and intranet software package
- 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
- 48400000 - Business transaction and personal business software package
- 48500000 - Communication and multimedia software package
- 48600000 - Database and operating software package
- 48700000 - Software package utilities
- 48800000 - Information systems and servers
- 48900000 - Miscellaneous software package and computer systems
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 50312000 - Maintenance and repair of computer equipment
- 50312100 - Maintenance and repair of mainframe computers
- 50312110 - Maintenance of mainframe computers
- 50312200 - Maintenance and repair of minicomputers
- 50312210 - Maintenance of minicomputers
- 50312220 - Repair of minicomputers
- 50312300 - Maintenance and repair of data network equipment
- 50312310 - Maintenance of data network equipment
- 50312320 - Repair of data network equipment
- 50312400 - Maintenance and repair of microcomputers
- 50312410 - Maintenance of microcomputers
- 50312420 - Repair of microcomputers
- 50320000 - Repair and maintenance services of personal computers
- 50321000 - Repair services of personal computers
- 50323000 - Maintenance and repair of computer peripherals
- 50323100 - Maintenance of computer peripherals
- 50323200 - Repair of computer peripherals
- 50324000 - Support services of personal computers
- 50324100 - System maintenance services
- 50324200 - Preventive maintenance services
- 50330000 - Maintenance services of telecommunications equipment
- 50331000 - Repair and maintenance services of telecommunications lines
- 50332000 - Telecommunications-infrastructure maintenance services
- 50333000 - Maintenance services of radio-communications equipment
- 50340000 - Repair and maintenance services of audio-visual and optical equipment
- 50342000 - Repair and maintenance services of audio equipment
- 50343000 - Repair and maintenance services of video equipment
- 51000000 - Installation services (except software)
- 51600000 - Installation services of computers and office equipment
- 51611000 - Installation services of computers
- 51611100 - Hardware installation services
- 51612000 - Installation services of information-processing equipment
- 72000000 - IT services: consulting, software development, Internet and support
- 72100000 - Hardware consultancy services
- 72110000 - Hardware selection consultancy services
- 72120000 - Hardware disaster-recovery consultancy services
- 72130000 - Computer-site planning consultancy services
- 72140000 - Computer hardware acceptance testing consultancy services
- 72150000 - Computer audit consultancy and hardware consultancy services
- 72200000 - Software programming and consultancy services
- 72210000 - Programming services of packaged software products
- 72220000 - Systems and technical consultancy services
- 72222000 - Information systems or technology strategic review and planning services
- 72222200 - Information systems or technology planning services
- 72222300 - Information technology services
- 72223000 - Information technology requirements review services
- 72224000 - Project management consultancy services
- 72224100 - System implementation planning services
- 72224200 - System quality assurance planning services
- 72225000 - System quality assurance assessment and review services
- 72226000 - System software acceptance testing consultancy services
- 72227000 - Software integration consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
Education Technology
The provision of hardware and software and associated services specifically within the education sector.
Details of the deliverables are set out in Framework Schedule 1 - Specification
A framework contrast will be awarded to a maximum of 50 bidders for Lot 6.
The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £600,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the framework is 30 months, with the option to extend for a further 18 months.
CCS reserve the right to extend lots by varying durations
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Sustainability and Circular IT
Lot No
7
two.2.2) Additional CPV code(s)
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 30200000 - Computer equipment and supplies
- 30210000 - Data-processing machines (hardware)
- 30213000 - Personal computers
- 30213200 - Tablet computer
- 30213300 - Desktop computer
- 30215000 - Microcomputer hardware
- 30230000 - Computer-related equipment
- 30231000 - Computer screens and consoles
- 30232000 - Peripheral equipment
- 30233000 - Media storage and reader devices
- 30234000 - Storage media
- 30236000 - Miscellaneous computer equipment
- 30237000 - Parts, accessories and supplies for computers
- 30237300 - Computer supplies
- 31154000 - Uninterruptible power supplies
- 31300000 - Insulated wire and cable
- 32230000 - Radio transmission apparatus with reception apparatus
- 32231000 - Closed-circuit television apparatus
- 32232000 - Video-conferencing equipment
- 32233000 - Radio-frequency booster stations
- 32234000 - Closed-circuit television cameras
- 32235000 - Closed-circuit surveillance system
- 32236000 - Radio telephones
- 32237000 - Walkie-talkies
- 32250000 - Mobile telephones
- 32260000 - Data-transmission equipment
- 32270000 - Digital transmission apparatus
- 32420000 - Network equipment
- 32421000 - Network cabling
- 32422000 - Network components
- 32423000 - Network hubs
- 32424000 - Network infrastructure
- 32425000 - Network operating system
- 32427000 - Network system
- 38650000 - Photographic equipment
- 42914000 - Recycling equipment
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 50312000 - Maintenance and repair of computer equipment
- 50312100 - Maintenance and repair of mainframe computers
- 50312110 - Maintenance of mainframe computers
- 50312200 - Maintenance and repair of minicomputers
- 50312210 - Maintenance of minicomputers
- 50312220 - Repair of minicomputers
- 50312300 - Maintenance and repair of data network equipment
- 50312310 - Maintenance of data network equipment
- 50312320 - Repair of data network equipment
- 50312400 - Maintenance and repair of microcomputers
- 50312410 - Maintenance of microcomputers
- 50312420 - Repair of microcomputers
- 50320000 - Repair and maintenance services of personal computers
- 50321000 - Repair services of personal computers
- 50323000 - Maintenance and repair of computer peripherals
- 50323100 - Maintenance of computer peripherals
- 50323200 - Repair of computer peripherals
- 50324000 - Support services of personal computers
- 50324100 - System maintenance services
- 50324200 - Preventive maintenance services
- 50330000 - Maintenance services of telecommunications equipment
- 50331000 - Repair and maintenance services of telecommunications lines
- 50332000 - Telecommunications-infrastructure maintenance services
- 50333000 - Maintenance services of radio-communications equipment
- 50340000 - Repair and maintenance services of audio-visual and optical equipment
- 50342000 - Repair and maintenance services of audio equipment
- 50343000 - Repair and maintenance services of video equipment
- 51000000 - Installation services (except software)
- 51600000 - Installation services of computers and office equipment
- 51611000 - Installation services of computers
- 51611100 - Hardware installation services
- 51612000 - Installation services of information-processing equipment
- 72000000 - IT services: consulting, software development, Internet and support
- 72100000 - Hardware consultancy services
- 72110000 - Hardware selection consultancy services
- 72120000 - Hardware disaster-recovery consultancy services
- 72130000 - Computer-site planning consultancy services
- 72140000 - Computer hardware acceptance testing consultancy services
- 72150000 - Computer audit consultancy and hardware consultancy services
- 72500000 - Computer-related services
- 72510000 - Computer-related management services
- 72511000 - Network management software services
- 72512000 - Document management services
- 72513000 - Office automation services
- 72540000 - Computer upgrade services
- 72541000 - Computer expansion services
- 72590000 - Computer-related professional services
- 72591000 - Development of service level agreements
- 72600000 - Computer support and consultancy services
- 72610000 - Computer support services
- 72611000 - Technical computer support services
- 72800000 - Computer audit and testing services
- 72810000 - Computer audit services
- 72820000 - Computer testing services
- 72900000 - Computer back-up and catalogue conversion services
- 72910000 - Computer back-up services
- 72920000 - Computer catalogue conversion services
- 80533000 - Computer-user familiarisation and training services
- 80533100 - Computer training services
- 80533200 - Computer courses
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The provision of technology product recycling services and repurposed or refurbished technology hardware.
Details of the deliverables are set out in Framework Schedule 1 - Specification
A framework contrast will be awarded to a maximum of 40 bidders for Lot 7.
The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £300,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the framework is 30 months, with the option to extend for a further 18 months.
CCS reserve the right to extend lots by varying durations
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Technology Catalogue
Lot No
8
two.2.2) Additional CPV code(s)
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 30200000 - Computer equipment and supplies
- 30210000 - Data-processing machines (hardware)
- 30213000 - Personal computers
- 30213200 - Tablet computer
- 30213300 - Desktop computer
- 30215000 - Microcomputer hardware
- 30230000 - Computer-related equipment
- 30231000 - Computer screens and consoles
- 30232000 - Peripheral equipment
- 30233000 - Media storage and reader devices
- 30234000 - Storage media
- 30236000 - Miscellaneous computer equipment
- 30237000 - Parts, accessories and supplies for computers
- 30237300 - Computer supplies
- 31154000 - Uninterruptible power supplies
- 31300000 - Insulated wire and cable
- 32230000 - Radio transmission apparatus with reception apparatus
- 32231000 - Closed-circuit television apparatus
- 32232000 - Video-conferencing equipment
- 32233000 - Radio-frequency booster stations
- 32234000 - Closed-circuit television cameras
- 32235000 - Closed-circuit surveillance system
- 32236000 - Radio telephones
- 32237000 - Walkie-talkies
- 32250000 - Mobile telephones
- 32260000 - Data-transmission equipment
- 32270000 - Digital transmission apparatus
- 32420000 - Network equipment
- 32421000 - Network cabling
- 32422000 - Network components
- 32423000 - Network hubs
- 32424000 - Network infrastructure
- 32425000 - Network operating system
- 32427000 - Network system
- 38650000 - Photographic equipment
- 48000000 - Software package and information systems
- 48100000 - Industry specific software package
- 48200000 - Networking, Internet and intranet software package
- 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
- 48400000 - Business transaction and personal business software package
- 48500000 - Communication and multimedia software package
- 48600000 - Database and operating software package
- 48700000 - Software package utilities
- 48800000 - Information systems and servers
- 48900000 - Miscellaneous software package and computer systems
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 50312000 - Maintenance and repair of computer equipment
- 50312100 - Maintenance and repair of mainframe computers
- 50312110 - Maintenance of mainframe computers
- 50312200 - Maintenance and repair of minicomputers
- 50312210 - Maintenance of minicomputers
- 50312220 - Repair of minicomputers
- 50312300 - Maintenance and repair of data network equipment
- 50312310 - Maintenance of data network equipment
- 50312320 - Repair of data network equipment
- 50312400 - Maintenance and repair of microcomputers
- 50312410 - Maintenance of microcomputers
- 50312420 - Repair of microcomputers
- 50320000 - Repair and maintenance services of personal computers
- 50321000 - Repair services of personal computers
- 50323000 - Maintenance and repair of computer peripherals
- 50323100 - Maintenance of computer peripherals
- 50323200 - Repair of computer peripherals
- 50324000 - Support services of personal computers
- 50324100 - System maintenance services
- 50324200 - Preventive maintenance services
- 50330000 - Maintenance services of telecommunications equipment
- 50331000 - Repair and maintenance services of telecommunications lines
- 50332000 - Telecommunications-infrastructure maintenance services
- 50333000 - Maintenance services of radio-communications equipment
- 50340000 - Repair and maintenance services of audio-visual and optical equipment
- 50342000 - Repair and maintenance services of audio equipment
- 50343000 - Repair and maintenance services of video equipment
- 51000000 - Installation services (except software)
- 51600000 - Installation services of computers and office equipment
- 51611000 - Installation services of computers
- 51611100 - Hardware installation services
- 51612000 - Installation services of information-processing equipment
- 72000000 - IT services: consulting, software development, Internet and support
- 72100000 - Hardware consultancy services
- 72110000 - Hardware selection consultancy services
- 72120000 - Hardware disaster-recovery consultancy services
- 72130000 - Computer-site planning consultancy services
- 72140000 - Computer hardware acceptance testing consultancy services
- 72150000 - Computer audit consultancy and hardware consultancy services
- 72200000 - Software programming and consultancy services
- 72210000 - Programming services of packaged software products
- 72220000 - Systems and technical consultancy services
- 72222000 - Information systems or technology strategic review and planning services
- 72222200 - Information systems or technology planning services
- 72222300 - Information technology services
- 72223000 - Information technology requirements review services
- 72224000 - Project management consultancy services
- 72224100 - System implementation planning services
- 72224200 - System quality assurance planning services
- 72225000 - System quality assurance assessment and review services
- 72226000 - System software acceptance testing consultancy services
- 80533000 - Computer-user familiarisation and training services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
Technology Catalogue The provision of a range of fixed price standard off the shelf (non configured) Hardware, Software and Services (the catalogue content).
A framework contract will be awarded to an unlimited number of bidders for Lot 8.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £400,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the framework is 30 months, with the option to extend for a further 18 months.
CCS reserve the right to extend lots by varying durations
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.
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.1.5) Information about reserved contract
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons
The execution of the contract is restricted to the framework of sheltered employment programmes
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Applicable to Lots 1-7 Only
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-009910
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
4 April 2023
Local time
3:00pm
Changed to:
Date
18 April 2023
Local time
3:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
3 March 2023
Local time
3:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
As part of this contract notice the following documents can be accessed at:
https://www.contractsfinder.service.gov.uk/Notice/Manage/2ef4d8c5-dcca-4159-ba12-eae599f42e1e
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
To facilitate the direct award process it is a requirement that if you are bidding for Lot 1 and/or Lot 2 and/or Lot 3 and /or Lot 4 and/or Lot 5 and/or Lot 6 and/or Lot 7 it is a mandatory requirement that you submit a compliant bid for Lot 8.
If your bid is excluded from Lot 8 your bids for any other lots you are bidding for (i.e Lot 1 and/or Lot 2 and/or Lot 3 and/or Lot 4 and/or Lot 5 and/or Lot 6 and/or Lot 7) will be deemed non-compliant and you will be excluded from the competition.
On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.
CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position.
Registering for access:
This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.
six.4) Procedures for review
six.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3150103503
Country
United Kingdom