Scope
Reference
RM6369
Description
Crown Commercial Service, as the Authority, intends to put in place a Pan Government Collaborative Agreement for the provision of a digital platform providing marketplace, catalogue management and autonomous sourcing solutions to facilitate purchasing of goods and commoditised services across the public sector, to be utilised by Central Government Departments and all other UK Public Sector Bodies, including but not limited to Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations.
The solution aims to deliver end users access to a broad pre-qualified and dynamic supplier base, capable of offering a wide range of goods and commoditised services available for purchase and delivery through a digital platform.
Commercial tool
Establishes a framework
Total value (estimated)
- £1,000,000,000 excluding VAT
- £1,200,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 24 July 2026 to 23 July 2030
- 4 years
Main procurement category
Goods
CPV classifications
- 66151100 - Electronic marketplace retailing services
- 03000000 - Agricultural, farming, fishing, forestry and related products
- 09000000 - Petroleum products, fuel, electricity and other sources of energy
- 14000000 - Mining, basic metals and related products
- 15100000 - Animal products, meat and meat products
- 15220000 - Frozen fish, fish fillets and other fish meat
- 15300000 - Fruit, vegetables and related products
- 15310000 - Potatoes and potato products
- 15320000 - Fruit and vegetable juices
- 15330000 - Processed fruit and vegetables
- 15332200 - Jams and marmalades; fruit jellies; fruit or nut purée and pastes
- 15400000 - Animal or vegetable oils and fats
- 15500000 - Dairy products
- 15600000 - Grain mill products, starches and starch products
- 15612000 - Cereal or vegetable flour and related products
- 15622000 - Glucose and glucose products; fructose and fructose products
- 15700000 - Animal feedstuffs
- 15710000 - Prepared animal feeds for farm and other animals
- 15800000 - Miscellaneous food products
- 15810000 - Bread products, fresh pastry goods and cakes
- 15830000 - Sugar and related products
- 15850000 - Pasta products
- 15860000 - Coffee, tea and related products
- 15871000 - Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
- 15880000 - Special nutritional products
- 15881000 - Homogenised food preparations
- 15882000 - Dietetic products
- 15884000 - Baby food
- 15890000 - Miscellaneous food products and dried goods
- 15980000 - Non-alcoholic beverages
- 16000000 - Agricultural machinery
- 18000000 - Clothing, footwear, luggage articles and accessories
- 19000000 - Leather and textile fabrics, plastic and rubber materials
- 22000000 - Printed matter and related products
- 24000000 - Chemical products
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 34000000 - Transport equipment and auxiliary products to transportation
- 35000000 - Security, fire-fighting, police and defence equipment
- 37000000 - Musical instruments, sport goods, games, toys, handicraft, art materials and accessories
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 41000000 - Collected and purified water
- 42000000 - Industrial machinery
- 43000000 - Machinery for mining, quarrying, construction equipment
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 48000000 - Software package and information systems
- 50000000 - Repair and maintenance services
- 51000000 - Installation services (except software)
- 64000000 - Postal and telecommunications services
- 71000000 - Architectural, construction, engineering and inspection services
- 72000000 - IT services: consulting, software development, Internet and support
- 73000000 - Research and development services and related consultancy services
- 75000000 - Administration, defence and social security services
- 76000000 - Services related to the oil and gas industry
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 80000000 - Education and training services
- 85000000 - Health and social work services
- 90000000 - Sewage, refuse, cleaning and environmental services
Contract locations
- UK - United Kingdom
- GG - Guernsey
- IM - Isle of Man
- JE - Jersey
Framework
Maximum number of suppliers
1
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 Schedule 7 - Call Off and Ordering Procedure for details of the award of contracts under this framework.
Award method when using the framework
Without competition
Contracting authorities that may use the framework
Refer to RM6369 - The Marketplace Customer List for details of contracting authorities that may use the framework.
Participation
Legal and financial capacity conditions of participation
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
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
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
12 December 2025, 3:00pm
Submission type
Tenders
Tender submission deadline
13 January 2026, 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)
13 July 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Award Criteria 2 - Innovation | You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme. |
Quality | 25% |
| Award Criteria 3 - Supply Chain Management | You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme. |
Quality | 25% |
| Award Criteria 4 - Product Diversity | You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme. |
Quality | 25% |
| Award Criteria 1 - Social Value | You must read Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme. |
Quality | 15% |
| Award Criteria 5 - Price | Price | 10% |
Other information
Payment terms
This agreement will follow the standard invoicing model in line with the current commercial agreement, which is the direct percentage of invoice spend. The levy will be the standard 1% along with standard CCS payment terms of 30 days.
Applicable trade agreements
- Government Procurement Agreement (GPA)
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
Initial Tender
Stage 1 Compliance checks and post initial tender clarification
Stage 2 Applying exclusion grounds
Stage 3 Assessing conditions of participation
Stage 4 Demonstration Stage
Stage 5 Dialogue Stage Part 1
Stage 5 Dialogue Stage Part 2
Stage 6 Final Tender
Final Tender
Stage 7 Assessment of tenders against the award criteria
Stage 8 Intention to award
We may rely on section 24 of the Procurement Act 2023 (refining award criteria) to refine the award criteria following the feedback received from the dialogue stages and before the submission of final tenders.
Please refer to Attachment 2 - How to Tender for further detail.
Documents
Associated tender documents
FTS Customer List - RM6369 - The Marketplace.docx
Documents to be provided after the tender notice
We may rely on section 24 of the Procurement Act 2023 (refining award criteria) to refine the award criteria following the feedback received from the dialogue stages and before the submission of final tenders.
Contracting authority
Crown Commercial Service
- Public Procurement Organisation Number: PBZB-4962-TVLR
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
United Kingdom
Region: UKD72 - Liverpool
Organisation type: Public authority - central government