Pipeline

Technology Products and Associated Services (TePAS) 3

  • Crown Commercial Service

UK1: Pipeline notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-082326

Procurement identifier (OCID): ocds-h6vhtk-054f76

Published 18 June 2025, 8:24pm

Last edited 12 December 2025, 10:25am

Show all versions Hide all versions


Changes to notice

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

The following changes have been made:

- Description

- Estimated Contract Value

Scope

Reference

RM6398

Description

This framework will allow the purchase of off the Shelf (CotS) Hardware (Technology Products), Software, and the required Associated Services:

For Hardware this may be:

Laptops, Mobiles, Tablets, desktop computers, smartphones, all peripherals, monitors, printers, scanners, radio frequency identification equipment and human interface devices, etc collectively broadly described as End User Computing;

Servers, storage, switches, hubs, routers, back up devices, high performance computing, cloud linkage infrastructure, networking or security related hardware etc broadly described as Infrastructure Hardware.

Assistive Technology or Technology Enabled Care: These products leverage various technologies to enhance safety, convenience, communication, and health management within a home environment.

Hardware can be purchased in combination, outright, delivered as a service, leased, or as a utility model but will all be considered physical devices.

The hardware offering will align to Carbon Net Zero, Sustainability and Circular IT objectives with the framework providing the ability to provide new or refurbished devices.

For Software this may be:

Software including but not limited to; commercial off the shelf software (COTS), open source software software licences.

Software can be purchased full box or under subscription.

Associated Services

Are typically in conjunction with or in the support of hardware and software and could be; design, implementation, end user support, continuation of associated services, support and maintenance, build, imaging, warranty, service desk, installation, project management, training, leasing, security management, asset management, network infrastructure management, device as a service, recycling, disposal, data cleansing etc.

Recycling services and extended / non OEM support will be available as part of this to extend life or ensure optimal disposal aligned to CNZ, Sustainability and circular IT objectives.

Scope will be finalised after market engagement.

Commercial tool

Establishes a framework

Total value (estimated)

  • £20,000,000,000 excluding VAT
  • £24,000,000,000 including VAT

Contract dates (estimated)

  • 7 July 2027 to 6 January 2030
  • Possible extension to 6 July 2031
  • 4 years

Main category

Goods

CPV classifications

  • 30200000 - Computer equipment and supplies

Submission

Publication date of tender notice (estimated)

20 January 2027


Contracting authority

Crown Commercial Service

  • Public Procurement Organisation Number: PBZB-4962-TVLR

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