Contract

CPT_25_17 End User Devices service

  • National Audit Office

F03: Contract award notice

Notice identifier: 2025/S 000-080449

Procurement identifier (OCID): ocds-h6vhtk-05f060

Published 8 December 2025, 9:51am



Section one: Contracting authority

one.1) Name and addresses

National Audit Office

157-197 Buckingham Palace Road

London

SW1W9SP

Contact

ima orosei

Email

ima.orosei@nao.org.uk

Telephone

+44 2077985343

Country

United Kingdom

Region code

UKI32 - Westminster

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.nao.org.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

CPT_25_17 End User Devices service

two.1.2) Main CPV code

  • 72222300 - Information technology services

two.1.3) Type of contract

Services

two.1.4) Short description

The National Audit Office (NAO) has awarded a contract for the provision of end user devices to support the NAO end user compute replenishment program.

The contract will commence on Friday 6th June 2025, with an initial term of four years ending on Tuesday 5th June 2029. There is a 12-month extension available, which could extend the contract until Wednesday 5th June 2030.

The estimated total contract value inclusive of VAT, is up to £3.5m gross over the five year duration.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £2,916,666.67

two.2) Description

two.2.2) Additional CPV code(s)

  • 72222300 - Information technology services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The National Audit Office (NAO) has awarded a contract for the provision of end user devices to support the NAO end user compute replenishment program.

This contract was awarded via Healthtrust Europe ICT Solutions framework

two.2.5) Award criteria

Quality criterion - Name: Technical Service Delivery case study / Weighting: 20

Quality criterion - Name: Pre-Sales Support / Weighting: 20

Quality criterion - Name: Delivery and Logistics / Weighting: 25

Quality criterion - Name: After Care / Weighting: 15

Quality criterion - Name: Social Value, Diversity and inclusion / Weighting: 5

Quality criterion - Name: Environmental considerations / Weighting: 5

Cost criterion - Name: Cost / Weighting: 10

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

The contract is awarded using the Healthtrust Europe ICT Solutions framework agreement, which was procured in accordance with the Public Contracts Regulations 2015.

Reference: Framework Agreement 2024/S 000-002748

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract

Contract No

CPT_25_17 End User Devices service

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 May 2025

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

XMA LIMITED

44 Nottingham South & Wilford Industrial Estate

Nottingham

NG11 7BH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02051703

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £2,333,333.33

Total value of the contract/lot: £2,916,666.67


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

National Audit Office

157-197 Buckingham Palace Road

Victoria

SW1W 9SP

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

National Audit Office

157-197 Buckingham Palace Road

Victoria

SW1W 9SP

Country

United Kingdom