- Lot 1. Technology and Digital Consultancy Services
- Lot 2. Transition & Service Integration and Management (SIAM)
- Lot 3. End User Services
- Lot 3a. End User Services (lower value and complexity)
- Lot 4. Infrastructure Management
- Lot 4a. Infrastructure Management (lower value and complexity)
- Lot 5. Application and Data Management
- Lot 5a. Application and Data Management (lower value and complexity)
- Lot 6. Major Technology Services Transformation Programmes
Scope
Reference
RM6190
Description
This framework is for the provision of technology and digital consultancy services, transition and SIAM, end user services, infrastructure services, live service management and maintenance, asset management, application development and lifecycle management services, data management, security management and transformation services.
Commercial tool
Establishes an open framework
Total value (estimated)
- £16,000,000,000 excluding VAT
- £19,200,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 12 December 2025 to 11 June 2028
- Possible extension to 11 December 2028
- 3 years
Description of possible extension:
The duration of framework 1 in this scheme is 30 months.
Main procurement category
Services
CPV classifications
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 48000000 - Software package and information systems
- 50000000 - Repair and maintenance services
- 51000000 - Installation services (except software)
- 72000000 - IT services: consulting, software development, Internet and support
- 73000000 - Research and development services and related consultancy services
Contract locations
- UK - United Kingdom
- GG - Guernsey
- IM - Isle of Man
- JE - Jersey
- AI - Anguilla
- BM - Bermuda
- FK - Falkland Islands
- GI - Gibraltar
- GS - South Georgia and South Sandwich Islands
- IO - British Indian Ocean Territory
- KY - Cayman Islands
- MS - Montserrat
- PN - Pitcairn, Henderson, Ducie and Oeno Islands
- SH - Saint Helena, Ascension and Tristan da Cunha
- TC - Turks and Caicos Islands
- VG - British Virgin Islands
Lot 1. Technology and Digital Consultancy Services
Description
Provides access to technology and digital consultancy services including:
- technology and digital strategy
- service design
- other technology and digital consultancy services
Lot value (estimated)
- £16,000,000,000 excluding VAT
- £19,200,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Transition & Service Integration and Management (SIAM)
Description
Provides access to a range of services to deliver technology service transition and SIAM including:
- project and programme management
- service transition implementation and management
- post service transition management and review
- risk analysis and management
- knowledge transfer
Lot value (estimated)
- £16,000,000,000 excluding VAT
- £19,200,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. End User Services
Description
Provide access to a range of services to deliver end user services including:
- end user support
- end user computing and device management
Lot value (estimated)
- £16,000,000,000 excluding VAT
- £19,200,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3a. End User Services (lower value and complexity)
Description
Lot 3a: Provide access to a range of services (lower value and complexity) to deliver end user services including:
- end user support
- end user computing and device management
Lot value (estimated)
- £16,000,000,000 excluding VAT
- £19,200,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 4. Infrastructure Management
Description
Provide access to a range of services to deliver infrastructure management including:
- IT operations and service management
- security management
- network infrastructure management
- hardware and software asset management
Lot value (estimated)
- £16,000,000,000 excluding VAT
- £19,200,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 4a. Infrastructure Management (lower value and complexity)
Description
Provide access to a range of services (lower value and complexity) to deliver infrastructure management including:
- IT operations and service management
- security management
- network infrastructure management
- hardware and software asset management
Lot value (estimated)
- £16,000,000,000 excluding VAT
- £19,200,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 5. Application and Data Management
Description
Provide access to a range of services to deliver application and data management including:
- application development, management and support
- data warehouse, database and data management
Lot value (estimated)
- £16,000,000,000 excluding VAT
- £19,200,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 5a. Application and Data Management (lower value and complexity)
Description
Provide access to a range of services (lower value and complexity) to deliver application and data management including:
- application development, management and support
- data warehouse, database and data management
Lot value (estimated)
- £16,000,000,000 excluding VAT
- £19,200,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 6. Major Technology Services Transformation Programmes
Description
Provides access to a range of services covering lots 1, 2, 3, 4 and 5.
Lot value (estimated)
- £16,000,000,000 excluding VAT
- £19,200,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Open framework scheme end date (estimated)
11 December 2033
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
1%
Further information about fees
The Supplier will pay, excluding VAT, 1% of all the Charges for the Deliverables invoiced to the Buyer under all Call-Off Contracts.
Framework operation description
Refer to Framework Schedule 7 for details of the competitive selection processes for the award of contracts under this framework.
In the event that there is a challenge to the Competition and such a challenge is confined to any one particular Lot, the Authority reserves the right to the extent that it is lawful to do so, to conclude a Framework Contract with the successful Suppliers in respect of the Lot(s) that has (have) not been so challenged." and this should go in the lot descriptions the rest is covered in the ITT The Authority also reserves the right to extend Lots by varying duration's.
Call-Off Contracts may be awarded by Buyers either via a Competitive Selection Process or under Lots 1, 2, 3, 3a, 4, 4a, 5 and 5a only using an Award Without Competition process, as described in Framework Schedule 7 of the Framework Contract. If a Buyer wishes to award a Call-Off Contract under the Framework using the Award Without Competition process, the Buyer must use the Framework Catalogues for the relevant Lot, which will be made available to Buyers by the Authority, and must apply the objective mechanism for supplier selection set out within Framework Schedule 7 of the Framework Contract to the Catalogue Item(s) available within Framework Catalogues that meet the Buyer's requirements. The Catalogue Items available within the Framework Catalogues may be updated from time to time during the Framework Contract Period in line with the specific Catalogue operation and update process described in Annex A to Framework Schedule 7 of the Framework Contract.
Where two or more Suppliers are
successfully appointed to an available Lot for this Framework, excluding Lot 6, Matrix Lots will be formed. The matrix lots, and corresponding component lots, are set out in Attachment 1 and in Framework Schedule 1 Specification.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Please refer to attachment RM6190 Technology Services 4 - Customer List
Participation
Legal and financial capacity conditions of participation
Lot 1. Technology and Digital Consultancy Services
Lot 2. Transition & Service Integration and Management (SIAM)
Lot 3. End User Services
Lot 3a. End User Services (lower value and complexity)
Lot 4. Infrastructure Management
Lot 4a. Infrastructure Management (lower value and complexity)
Lot 5. Application and Data Management
Lot 5a. Application and Data Management (lower value and complexity)
Lot 6. Major Technology Services Transformation Programmes
The conditions of participation relating to the legal and financial capacity are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Technical ability conditions of participation
Lot 1. Technology and Digital Consultancy Services
Lot 2. Transition & Service Integration and Management (SIAM)
Lot 3. End User Services
Lot 3a. End User Services (lower value and complexity)
Lot 4. Infrastructure Management
Lot 4a. Infrastructure Management (lower value and complexity)
Lot 5. Application and Data Management
Lot 5a. Application and Data Management (lower value and complexity)
Lot 6. Major Technology Services Transformation Programmes
The conditions of participation relating to technical capability are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Particular suitability
Lot 1. Technology and Digital Consultancy Services
Lot 2. Transition & Service Integration and Management (SIAM)
Lot 3. End User Services
Lot 3a. End User Services (lower value and complexity)
Lot 4. Infrastructure Management
Lot 4a. Infrastructure Management (lower value and complexity)
Lot 5. Application and Data Management
Lot 5a. Application and Data Management (lower value and complexity)
Lot 6. Major Technology Services Transformation Programmes
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
24 April 2025, 3:00pm
Tender submission deadline
22 May 2025, 3:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
1 December 2025
Recurring procurement
Publication date of next tender notice (estimated): 1 December 2027
Award criteria
Lot 1. Technology and Digital Consultancy Services
Name | Type | Weighting |
---|---|---|
Technology and Digital Consultancy Services | Quality | 90% |
Social Value and Accessibility Declaration | Quality | 10% |
Lot 2. Transition & Service Integration and Management (SIAM)
Name | Type | Weighting |
---|---|---|
Transition and SIAM | Quality | 90% |
Social Value and Accessibility Declaration | Quality | 10% |
Lot 3. End User Services
Lot 3a. End User Services (lower value and complexity)
Name | Type | Weighting |
---|---|---|
End User Services | Quality | 90% |
Social Value and Accessibility Declaration | Quality | 10% |
Lot 4. Infrastructure Management
Lot 4a. Infrastructure Management (lower value and complexity)
Name | Type | Weighting |
---|---|---|
Infrastructure Management | Quality | 90% |
Social Value and Accessibility Declaration | Quality | 10% |
Lot 5. Application and Data Management
Lot 5a. Application and Data Management (lower value and complexity)
Name | Type | Weighting |
---|---|---|
Application Management | Quality | 45% |
Data Management | Quality | 45% |
Social Value and Accessibility Declaration | Quality | 10% |
Lot 6. Major Technology Services Transformation Programmes
Name | Type | Weighting |
---|---|---|
Major Technology Services Transformation Programmes | Quality | 90% |
Social Value and Accessibility Declaration | Quality | 10% |
Other information
Description of risks to contract performance
1. Minimum and maximum total contract value thresholds for Lots 3, 3a, 4, 4a, 5 and 5a becoming redundant due to inflation or changing Buyer spending trends making it impossible to use all of the Lots as intended.
2. The application of Matrix Lots process making it impossible to use all of the Lots as intended.
Applicable trade agreements
- Government Procurement Agreement (GPA)
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Crown Commercial Service
- Public Procurement Organisation Number: PBZB-4962-TVLR
The Capital, Old Hall Street
Liverpool
L3 9PP
United Kingdom
Email: supplier@crowncommercial.gov.uk
Website: https://www.gov.uk/ccs
Region: UKD72 - Liverpool
Organisation type: Public authority - central government