web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Liverpool: Technology Products and Associated Services 2

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-006360/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: The Minister for the Cabinet Office acting through Crown Commercial Service
Postal address: 9th Floor, The Capital, Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom
Telephone: +44 3450103503
Email: supplier@crowncommercial.gov.uk
Internet address(es):
Main address:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Technology Products and Associated Services 2

Reference number: RM6098
II.1.2) Main CPV code: 30200000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Crown Commercial Service (CCS), hereby known as the Authority, is seeking to establish a multi-supplier Framework Contract for the supply of Technology Products and Associated Services (TePAS 2).
This Framework Agreement will replace:-
RM6068 Technology Products and Associated Services (TePAS), due to expire in December 2023, RM6147 Technology Online Purchasing Content (TOPC), due to expire in November 2023 and RM6147 Education Technology (lots 1, 4 and 5) which is due to expire in June 2023.
The scope to support Health and Social Care Technology (lot 5) and Sustainability and Circular IT (lot 7) shall be included in this Framework Contract.
The Framework will have 8 Lots:
Lot 1 – Hardware and Software and Associated Services
Lot 2 – Hardware
Lot 3 – Software
Lot 4 – Information Assured Technology
Lot 5 – Health and Social Care Technology
Lot 6 – Education Technology
Lot 7 – Sustainability and Circular IT
Lot 8 – Technology Catalogue
II.1.5) Estimated total value:
Value excluding VAT: 12000000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer 8
II.2) Description
II.2.1) Title: Hardware and Software and Associated Services

Lot No:1
II.2.2) Additional CPV code(s)
30000000, 30200000, 30210000, 30213000, 30213200, 30213300, 30215000, 30230000, 30231000, 30232000, 30233000, 30234000, 30236000, 30237000, 30237300, 31154000, 31300000, 32231000, 32232000, 32233000, 32234000, 32235000, 32236000, 32237000, 32250000, 32260000, 32270000, 32420000, 32421000, 32422000, 32423000, 32424000, 32425000, 32427000, 38650000, 48000000, 48100000, 48200000, 48300000, 48400000, 48500000, 48600000, 48700000, 48800000, 48900000, 50300000, 50312000, 50312100, 50312110, 50312200, 50312210, 50312220, 50312300, 50312310, 50312320, 50312400, 50312410, 50312420, 50320000, 50321000, 50323000, 50323100, 50323200, 50324000, 50324100, 50324200, 50330000, 50331000, 50332000, 50333000, 50340000, 50342000, 50343000, 51000000, 51600000, 51611000, 51611100, 51612000, 72000000, 72100000, 72110000, 72120000, 72130000, 72140000, 72150000, 72200000, 72210000, 72212732, 72220000, 72222000, 72222200, 72222300, 72223000, 72224000, 72224100, 72224200, 72225000, 72226000, 72227000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Lot 1 may be more complex or larger in scale and/or a mixture of requirements that may include a combination of hardware, software and associated services.
A framework contract will be awarded to a maximum of 15 bidders for Lot .
The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 2400000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:The initial duration of the framework is 30 months, with the option to extend for a further 18 months.
CCS reserve the right to extend lots by varying durations

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Hardware

Lot No:2
II.2.2) Additional CPV code(s)
30000000, 30200000, 30210000, 30213000, 30213200, 30213300, 30215000, 30230000, 30231000, 30232000, 30233000, 30234000, 30236000, 30237000, 30237300, 31154000, 31300000, 32230000, 32231000, 32232000, 32233000, 32234000, 32235000, 32236000, 32237000, 32250000, 32260000, 32270000, 32420000, 32421000, 32422000, 32423000, 32424000, 32425000, 32427000, 38650000, 50300000, 50312000, 50312100, 50312110, 50312200, 50312210, 50312220, 50312300, 50312310, 50312320, 50312400, 50312410, 50312420, 50320000, 50321000, 50323000, 50323100, 50323200, 50324000, 50324100, 50324200, 50330000, 50331000, 50332000, 50333000, 50340000, 50342000, 50343000, 51000000, 51600000, 51610000, 51611000, 51611100, 51612000, 72000000, 72100000, 72110000, 72120000, 72130000, 72140000, 72150000, 72500000, 72510000, 72511000, 72512000, 72513000, 72540000, 72541000, 72590000, 72591000, 72600000, 72610000, 72611000, 72800000, 72810000, 72820000, 72900000, 72910000, 72920000, 80533000, 80533100, 80533200

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
UK – United Kingdom

II.2.4) Description of the procurement:
Hardware
The provision of technology hardware and associated services. Details of the deliverables are set out in Framework Schedule 1 – Specification
A framework contract will be awarded to a maximum of 25 bidders for Lot 2.
The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 2800000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:The initial duration of the framework is 30 months, with the option to extend for a further 18 months.
CCS reserve the right to extend lots by varying durations

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Software

Lot No:3
II.2.2) Additional CPV code(s)
48000000, 48100000, 48200000, 48300000, 48400000, 48500000, 48600000, 48700000, 48800000, 48900000, 72000000, 72200000, 72210000, 72212732, 72220000, 72222000, 72222200, 72222300, 72223000, 72224000, 72224100, 72224200, 72225000, 72226000, 72227000, 72228000, 72250000, 72251000, 72252000, 72253000, 72253100, 72253200, 72254000, 72254100, 72260000, 72261000, 72263000, 72265000, 72266000, 72267000, 72267100, 72267200, 72500000, 72510000, 72511000, 72512000, 72513000, 72541000, 72590000, 72591000, 72800000, 72810000, 72820000, 72900000, 72910000, 72920000, 80533000, 80533100, 80533200

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
United Kingdom

II.2.4) Description of the procurement:
Software – Commercial off the shelf Software and associated services.

Details of the deliverables are set out in Framework Schedule 1 – Specification
A framework contrast will be awarded to a maximum of 40 bidders for Lot 3.
The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 4000000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:The initial duration of the framework is 30 months, with the option to extend for a further 18 months.
CCS reserve the right to extend lots by varying durations

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Information Assured Products

Lot No:4
II.2.2) Additional CPV code(s)
30000000, 30200000, 30210000, 30213000, 30213200, 30213300, 30215000, 30230000, 30231000, 30232000, 30233000, 30234000, 30236000, 30237000, 30237300, 31154000, 31300000, 32230000, 32231000, 32232000, 32233000, 32234000, 32235000, 32236000, 32237000, 32250000, 32260000, 32270000, 32420000, 32421000, 32422000, 32423000, 32424000, 32425000, 32427000, 35500000, 35700000, 35710000, 35712000, 38650000, 48000000, 48100000, 48200000, 48300000, 48400000, 48500000, 48600000, 48700000, 48800000, 48900000, 50300000, 50312000, 50312100, 50312110, 50312200, 50312210, 50312220, 50312300, 50312310, 50312320, 50312400, 50312410, 50312420, 50320000, 50321000, 50323000, 50323100, 50323200, 50324000, 50324100, 50324200, 50330000, 50331000, 50332000, 50333000, 50340000, 50342000, 50343000, 51000000, 51600000, 51611000, 51611100, 51612000, 72000000, 72100000, 72110000, 72120000, 72130000, 72140000, 72150000, 72200000, 72210000, 72220000, 72222000, 72222200, 72222300, 72223000, 72224000, 72224100

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Information Assured Products
Provision of any combination of hardware, software and associated services above Official (Secret and Top Secret) UK Government Security Classifications.
Details of the deliverables are set out in Framework Schedule 1 – Specification
A framework contrast will be awarded to a maximum of 20 bidders for Lot 4.
The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 1000000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:The initial duration of the framework is 30 months, with the option to extend for a further 18 months.
CCS reserve the right to extend lots by varying durations

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Health and Social Care Technology

Lot No:5
II.2.2) Additional CPV code(s)
30000000, 30200000, 30210000, 30213000, 30213200, 30213300, 30215000, 30230000, 30231000, 30232000, 30233000, 30234000, 30236000, 30237000, 30237300, 31154000, 31300000, 32230000, 32231000, 32232000, 32233000, 32234000, 32235000, 32236000, 32237000, 32250000, 32260000, 32270000, 32420000, 32421000, 32422000, 32423000, 32424000, 32425000, 32427000, 33190000, 33191000, 38650000, 48000000, 48100000, 48200000, 48300000, 48400000, 48500000, 48600000, 48700000, 48800000, 48900000, 50300000, 50312000, 50312100, 50312110, 50312200, 50312210, 50312220, 50312300, 50312310, 50312320, 50312400, 50312410, 50312420, 50320000, 50321000, 50323000, 50323100, 50323200, 50324000, 50324100, 50324200, 50330000, 50331000, 50332000, 50333000, 50340000, 50342000, 50343000, 51000000, 51600000, 51611000, 51611100, 51612000, 72000000, 72100000, 72110000, 72120000, 72130000, 72140000, 72150000, 72200000, 72210000, 72220000, 72222000, 72222200, 72222300, 72223000, 72224000, 72224100, 72224200, 72225000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
United Kingdom

II.2.4) Description of the procurement:
Health and Social Care Technology
The provision of hardware and software and associated services specifically within the health and social care sector (that is delivered by Suppliers or teams within a Supplier or Original Equipment Manufacturers with dedicated teams and/or products for the health and social care sector).
Details of the deliverables are set out in Framework Schedule 1 – Specification
A framework contrast will be awarded to a maximum of 50 bidders for Lot 5.
The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 500000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:The initial duration of the framework is 30 months, with the option to extend for a further 18 months.
CCS reserve the right to extend lots by varying durations

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Education Technology

Lot No:6
II.2.2) Additional CPV code(s)
30000000, 30200000, 30210000, 30213000, 30213200, 30213300, 30215000, 30230000, 30231000, 30232000, 30233000, 30234000, 30236000, 30237000, 30237300, 31154000, 31300000, 32230000, 32231000, 32232000, 32233000, 32234000, 32235000, 32236000, 32237000, 32250000, 32260000, 32270000, 32420000, 32421000, 32422000, 32423000, 32424000, 32425000, 32427000, 38650000, 48000000, 48100000, 48200000, 48300000, 48400000, 48500000, 48600000, 48700000, 48800000, 48900000, 50300000, 50312000, 50312100, 50312110, 50312200, 50312210, 50312220, 50312300, 50312310, 50312320, 50312400, 50312410, 50312420, 50320000, 50321000, 50323000, 50323100, 50323200, 50324000, 50324100, 50324200, 50330000, 50331000, 50332000, 50333000, 50340000, 50342000, 50343000, 51000000, 51600000, 51611000, 51611100, 51612000, 72000000, 72100000, 72110000, 72120000, 72130000, 72140000, 72150000, 72200000, 72210000, 72220000, 72222000, 72222200, 72222300, 72223000, 72224000, 72224100, 72224200, 72225000, 72226000, 72227000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
United Kingdom

II.2.4) Description of the procurement:
Education Technology
The provision of hardware and software and associated services specifically within the education sector.
Details of the deliverables are set out in Framework Schedule 1 – Specification
A framework contrast will be awarded to a maximum of 50 bidders for Lot 6.
The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 600000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:The initial duration of the framework is 30 months, with the option to extend for a further 18 months.
CCS reserve the right to extend lots by varying durations

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Sustainability and Circular IT

Lot No:7
II.2.2) Additional CPV code(s)
30000000, 30200000, 30210000, 30213000, 30213200, 30213300, 30215000, 30230000, 30231000, 30232000, 30233000, 30234000, 30236000, 30237000, 30237300, 31154000, 31300000, 32230000, 32231000, 32232000, 32233000, 32234000, 32235000, 32236000, 32237000, 32250000, 32260000, 32270000, 32420000, 32421000, 32422000, 32423000, 32424000, 32425000, 32427000, 38650000, 42914000, 50300000, 50312000, 50312100, 50312110, 50312200, 50312210, 50312220, 50312300, 50312310, 50312320, 50312400, 50312410, 50312420, 50320000, 50321000, 50323000, 50323100, 50323200, 50324000, 50324100, 50324200, 50330000, 50331000, 50332000, 50333000, 50340000, 50342000, 50343000, 51000000, 51600000, 51611000, 51611100, 51612000, 72000000, 72100000, 72110000, 72120000, 72130000, 72140000, 72150000, 72500000, 72510000, 72511000, 72512000, 72513000, 72540000, 72541000, 72590000, 72591000, 72600000, 72610000, 72611000, 72800000, 72810000, 72820000, 72900000, 72910000, 72920000, 80533000, 80533100, 80533200

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The provision of technology product recycling services and repurposed or refurbished technology hardware.

Details of the deliverables are set out in Framework Schedule 1 – Specification
A framework contrast will be awarded to a maximum of 40 bidders for Lot 7.
The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 300000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:The initial duration of the framework is 30 months, with the option to extend for a further 18 months.
CCS reserve the right to extend lots by varying durations

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Technology Catalogue

Lot No:8
II.2.2) Additional CPV code(s)
30000000, 30200000, 30210000, 30213000, 30213200, 30213300, 30215000, 30230000, 30231000, 30232000, 30233000, 30234000, 30236000, 30237000, 30237300, 31154000, 31300000, 32230000, 32231000, 32232000, 32233000, 32234000, 32235000, 32236000, 32237000, 32250000, 32260000, 32270000, 32420000, 32421000, 32422000, 32423000, 32424000, 32425000, 32427000, 38650000, 48000000, 48100000, 48200000, 48300000, 48400000, 48500000, 48600000, 48700000, 48800000, 48900000, 50300000, 50312000, 50312100, 50312110, 50312200, 50312210, 50312220, 50312300, 50312310, 50312320, 50312400, 50312410, 50312420, 50320000, 50321000, 50323000, 50323100, 50323200, 50324000, 50324100, 50324200, 50330000, 50331000, 50332000, 50333000, 50340000, 50342000, 50343000, 51000000, 51600000, 51611000, 51611100, 51612000, 72000000, 72100000, 72110000, 72120000, 72130000, 72140000, 72150000, 72200000, 72210000, 72220000, 72222000, 72222200, 72222300, 72223000, 72224000, 72224100, 72224200, 72225000, 72226000, 80533000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
United Kingdom

II.2.4) Description of the procurement:
Technology Catalogue The provision of a range of fixed price standard off the shelf (non configured) Hardware, Software and Services (the catalogue content).
A framework contract will be awarded to an unlimited number of bidders for Lot 8.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 400000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:The initial duration of the framework is 30 months, with the option to extend for a further 18 months.
CCS reserve the right to extend lots by varying durations

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

II.1.5) Information about reserved contracts
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of
disabled or disadvantaged persons
The execution of the contract is restricted to the framework of sheltered employment programmes
III.2.2) Contract performance conditions: Applicable to Lots 1-7 Only

III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2022/S 000-009910
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2023-04-04 Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.7) Conditions for opening tenders
Date: 2023-03-03 Local time: 15:01

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
As part of this contract notice the following documents can be accessed at:

1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
To facilitate the direct award process it is a requirement that if you are bidding for Lot 1 and/or Lot 2 and/or Lot 3 and /or Lot 4 and/or Lot 5 and/or Lot 6 and/or Lot 7 it is a mandatory requirement that you submit a compliant bid for Lot 8.
If your bid is excluded from Lot 8 your bids for any other lots you are bidding for (i.e Lot 1 and/or Lot 2 and/or Lot 3 and/or Lot 4 and/or Lot 5 and/or Lot 6 and/or Lot 7) will be deemed non-compliant and you will be excluded from the competition.
On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at:
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
Refer to for more information.
Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.
CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position.
Registering for access:
This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
Use the following link for information on how register and use the eSourcing tool:
For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.
VI.4) Procedures for review
VI.4.1) Review body
Official name: The Minister for the Cabinet Office acting through Crown Commercial Service
Postal address: 9th Floor, The Capital, Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom
Telephone: +44 3150103503
E-mail: supplier@crowncommercial.gov.uk
Internet address:
VI.5) Date of dispatch of this notice:2023-03-03