Tender

Technology Services 4

  • Crown Commercial Service

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

Notice identifier: 2025/S 000-011560

Procurement identifier (OCID): ocds-h6vhtk-04eac3

Published 27 March 2025, 12:27pm

Last edited 27 March 2025, 1:39pm

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

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

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 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 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 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 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 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 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 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 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 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

This table contains award criteria for this lot
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)

This table contains award criteria for this lot
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)

This table contains award criteria for this lot
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)

This table contains award criteria for this lot
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)

This table contains award criteria for this lot
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

This table contains award criteria for this lot
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


Documents

Associated tender documents

RM6190 Technology Services 4 - Customer List.pdf


Contracting authority

Crown Commercial Service

  • Public Procurement Organisation Number: PBZB-4962-TVLR

The Capital, Old Hall Street

Liverpool

L3 9PP

United Kingdom

Region: UKD72 - Liverpool

Organisation type: Public authority - central government