Tender

The Marketplace

  • Crown Commercial Service

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

Notice identifier: 2025/S 000-078074

Procurement identifier (OCID): ocds-h6vhtk-0502cc (view related notices)

Published 28 November 2025, 12:59pm



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

This table contains award criteria for this lot
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

Telephone: +44 3454102222

Email: supplier@crowncommercial.gov.uk

Website: https://www.gov.uk/ccs

Region: UKD72 - Liverpool

Organisation type: Public authority - central government