Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

03 Contract Award Notice - Successful Supplier(s)

WGCD IT Products and Services Agreement (iii)

  • First published: 31 March 2026
  • Last modified: 31 March 2026
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-148098
Published by:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Authority ID:
AA27760
Publication date:
31 March 2026
Deadline date:
-
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
Yes

Abstract

The Welsh Government Commercial Delivery Team, on behalf of the Welsh Public Sector, wishes to establish a collaborative Framework Agreement for the supply of IT Product and Services to the public sector in Wales. There are five lots to covering a range of Products and/ or Services as follows: Lot 1 - Hardware Lot 2 - Software Lot 3 - Audio Visual Services Lot 4 - Multi-functional Print Devices and Print Solutions Lot 5 - Integrated Solutions CPV: 30200000, 30100000, 30200000, 30213200, 30210000, 32413100, 48800000, 48820000, 48821000, 48822000, 48825000, 48824000, 30233180, 30233140, 30213000, 30213100, 30213300, 30231000, 30232000, 30215000, 32423000, 30230000, 31300000, 30233000, 32270000, 30237000, 30234000, 30236000, 30237300, 32420000, 32421000, 32260000, 72000000, 72100000, 80533000, 50320000, 32422000, 32250000, 50312000, 51000000, 72800000, 50300000, 31154000, 32424000, 72500000, 32425000, 51600000, 32427000, 72900000, 30234500, 72511000, 72510000, 72514100, 72540000, 72590000, 48000000, 48200000, 48825000, 80533000, 72000000, 48700000, 48100000, 72300000, 48210000, 72800000, 72200000, 48400000, 48800000, 48220000, 48500000, 72500000, 48600000, 72210000, 48900000, 32321200, 30000000, 32321300, 50340000, 50300000, 50342000, 30231320, 30237260, 32323000, 38651600, 92224000, 30191200, 38652100, 32340000, 48515000, 72212515, 32323500, 32300000, 30121100, 30121200, 30232100, 30232110, 30232150, 32581200, 50310000, 30124520, 48311000, 48311100, 30000000, 30200000, 30211400, 30230000, 30236000, 48624000, 48900000, 30232100, 48311100, 32321200, 50300000, 72000000, 72100000, 72130000, 72220000, 72222000, 72222300, 72223000, 72224000, 72224100, 72227000.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Llywodraeth Cymru / Welsh Government - Commercial Delivery

Cathays Park

Cardiff

CF10 3NQ

UK

E-mail: commercialprocurement.digitaldataict@gov.wales

NUTS: UKL

Internet address(es)

Main address: https://gov.wales/public-sector-procurement

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

WGCD IT Products and Services Agreement (iii)

Reference number: WGCD-ICT-124-23

II.1.2) Main CPV code

30200000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Welsh Government Commercial Delivery Team, on behalf of the Welsh Public Sector, wishes to establish a collaborative Framework Agreement for the supply of IT Product and Services to the public sector in Wales.

There are five lots to covering a range of Products and/ or Services as follows:

Lot 1 - Hardware

Lot 2 - Software

Lot 3 - Audio Visual Services

Lot 4 - Multi-functional Print Devices and Print Solutions

Lot 5 - Integrated Solutions

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 200 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Hardware

II.2.2) Additional CPV code(s)

30100000

30200000

30213200

30210000

32413100

48800000

48820000

48821000

48822000

48825000

48824000

30233180

30233140

30213000

30213100

30213300

30231000

30232000

30215000

32423000

30230000

31300000

30233000

32270000

30237000

30234000

30236000

30237300

32420000

32421000

32260000

72000000

72100000

80533000

50320000

32422000

32250000

50312000

51000000

72800000

50300000

31154000

32424000

72500000

32425000

51600000

32427000

72900000

30234500

72511000

72510000

72514100

72540000

72590000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Pan-Wales

II.2.4) Description of the procurement

The purpose of this Lot is to provide Customers with:

(a) access to a wide range of IT Hardware products;

(b) access to services to support, manage and enable IT hardware estates;

(c) value for money, through;

(i) an effective supply chain;

(ii) supply base with Vendor Accreditations; and

(iii) value added services.

The Supplier shall provide a range of IT Hardware, including but not limited to;

(a) end user devices;

(b) servers and storage devices;

(c) network equipment;

(d) converged infrastructure;

(e) Electronic Point of Sale (EPOS hardware); and

(f) end point devices.

II.2.5) Award criteria

Quality criterion: Technical / Weighting: 70%

Price / Weighting:  30%

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.2.14) Additional information

15 suppliers have been awarded a place within this Lot.

Suppliers successful under this Lot will be provided the option to be appointed to Lot 5 (Integrated Solutions).

Lot No: 2

II.2.1) Title

Software

II.2.2) Additional CPV code(s)

48000000

48200000

48825000

80533000

72000000

48700000

48100000

72300000

48210000

72800000

72200000

48400000

48800000

48220000

48500000

72500000

48600000

72210000

48900000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Pan-Wales

II.2.4) Description of the procurement

The purpose of this Lot is to provide Customers:

(a) access to a wide range of software and cloud services products;

(b) access to services to deploy and manage software and cloud services;

(c) value for money, through;

(i) competitive tendering (further competitions);

(ii) supply base with Vendor Accreditations; and

(iii) value adding services.

Licensing and Subscription Scope

The Supplier shall provide a wide range of licensing and subscriptions, including but not limited to:

(a) off-the-shelf software licences;

(b) enterprise licenses;

(c) open source software;

(d) Software as a Service subscriptions;

(e) support licence renewals; and

(f) cloud and web services (including Platform and Infrastructure as a Service).

The Supplier shall have the capability to provide software products to multiple operating systems.

Associated Services Scope

The Supplier shall provide a range of design, implementation and on-going management Services, to include but not be limited to:

(a) strategy design;

(b) security management

II.2.5) Award criteria

Quality criterion: Technical / Weighting: 70%

Price / Weighting:  30%

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.2.14) Additional information

8 suppliers have been awarded a place within this Lot.

Suppliers successful under this Lot will be provided the option to be appointed to Lot 5 (Integrated Solutions).

Lot No: 3

II.2.1) Title

Audio Visual Services

II.2.2) Additional CPV code(s)

32321200

30000000

32321300

50340000

50300000

50342000

30231320

30237260

32323000

38651600

92224000

30191200

38652100

32340000

48515000

72212515

32323500

32300000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Pan-Wales

II.2.4) Description of the procurement

The Supplier shall provide a range of Audio Visual Services equipment including but not limited to:

(a) video conferencing equipment;

(b) interactive whiteboards;

(c) interactive displays;

(d) projectors;

(e) sound and visual recording equipment;

(f) CCTV systems;

(g) meeting room audio;

(h) PA systems; and

(i) digital signage etc.

The Supplier shall be able to provide rental equipment and services for instances such as one-off events.

Services

The Supplier shall be required to provide on-going support and maintenance for:

(a) equipment installed by the Supplier; and

(b) existing equipment.

II.2.5) Award criteria

Quality criterion: Technical / Weighting: 70%

Price / Weighting:  30%

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.2.14) Additional information

5 suppliers have been awarded a place within this Lot.

Tenderers bidding for Lot 3 (Audio Visual) shall not be permitted to bid for any other Lots, with the exception of the option of being appointed to Lot 5 (Integrated Solutions)

Lot No: 4

II.2.1) Title

Multi-Functional Print Devices and Print Solutions

II.2.2) Additional CPV code(s)

30121100

30121200

30232100

30232110

30232150

32581200

50310000

30124520

48311000

48311100

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Pan-Wales

II.2.4) Description of the procurement

The Supplier shall be required to provide a range of Products and/ or Services under this lot:

Multi-Functional Print Devices and Print Solutions

The objective of this framework is to:

(a) Provide Customers with a wide range of MFD products and services, which meet the individual Customers requirements;

(b) Offer a flexible, competitive and simple route to market;

(c) Provide a value for money route to market, which continues to evolve to offer the latest technologies at competitive pricing; and

(d) Provide document and print solutions which balance the need for immediate savings, whilst considering the socio and environmental impact on future generations.

II.2.5) Award criteria

Quality criterion: Technical / Weighting: 70%

Price / Weighting:  30%

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.2.14) Additional information

8 suppliers have been awarded a place within this Lot.

Suppliers successful under this Lot will be provided the option to be appointed to Lot 5 (Integrated Solutions).

Lot No: 5

II.2.1) Title

Integrated Solutions

II.2.2) Additional CPV code(s)

30000000

30200000

30211400

30230000

30236000

48624000

48900000

30232100

48311100

32321200

50300000

72000000

72100000

72130000

72220000

72222000

72222300

72223000

72224000

72224100

72227000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Pan-Wales

II.2.4) Description of the procurement

The Supplier shall provide an integrated IT Hardware and Software Solutions service, which will include but will not be limited to the scope of Lots 1 – 4.

This may take the form of:

(a) a one-stop-shop solution in which a single Supplier provides all aspects of the Customers IT requirements;

(i) several Elements, i.e. Hardware & Software

(ii) semi managed service, where a supplier would provide day-to-day operations, such as schools appointing a supplier to provide, install and manage network, to support Chrome/ Apple etc. or

(b) the design, implementation and/ or support of an IT Solution, which requires Products and or Services covered by 2 or more Lots, including but not limited to:

(i) digital Transformation

(ii) emerging Technologies, i.e. Smart City, machine learning, IoT

(iii) unified/ corporate comms;

(iv) converged/ hyper converged/ software defined Infrastructure;

(v) data centre design and implementation;

(vi) hybrid infrastructure solutions; and

(vii) bundled hardware and software.

(viii) audio Visual Solutions

(ix) print and document solutions

Successful Tenderers on Lot 1 (Hardware), Lot 2 (Software), Lot 3 (Audio Visual Services) and Lot 4 (Multi-Functional Print Devices and Print Solutions) shall automatically be given the option to be appointed to Lot 5 (Integrated Solutions).

II.2.5) Award criteria

Quality criterion: Technical / Weighting: 0

Price / Weighting:  0

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.2.14) Additional information

22 suppliers were awarded a place within this Lot.

For avoidance of doubt, there was no separate Tender exercise to appoint Tenderers to Lot 5 (Integrated Solutions). Tenderers were given the option to be awarded a place on Lot 5 if successful in Lots 1-4.

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

IV.1.8) Information about 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:

2025/S 000-006505

Section V: Award of contract

Lot No: 1

Title: Hardware

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

27/03/2026

V.2.2) Information about tenders

Number of tenders received: 32

Number of tenders received from SMEs: 15

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 32

Number of tenders received by electronic means: 32

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

CENTERPRISE INTERNATIONAL LIMITED

Hampshire International Business, Park Lime Tree Way Chineham

Basingstoke

RG248GQ

UK

Telephone: +44 1256378000

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PHOENIX SOFTWARE LIMITED

Blenheim House York Road, Pocklington

York

YO421NS

UK

Telephone: +44 8452651265

NUTS: UKE21

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PROBRAND LIMITED

Northern Assurance Buildings Albert Square, 9-21 Princess Street

Manchester

M24DN

UK

Telephone: +44 800262629

NUTS: UKD33

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CDW LIMITED

3rd Floor One New Change

London

EC4M9AF

UK

Telephone: +44 1618377744

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

CAE TECHNOLOGY SERVICES LIMITED

Cae House Maylands Avenue, Hemel Hempstead Industrial Estate

Hemel Hempstead

HP27DE

UK

Telephone: +44 7977462822

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Dell

361 alexandra parade

Glasgow

G313au

UK

Telephone: +44 7540141331

NUTS: UKM82

The contractor is an SME: No

V.2.3) Name and address of the contractor

Computacenter

38 Lambourne Cres., Cardiff Business park

Llanishen

CF145GG

UK

Telephone: +44 2920761331

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

HP INC UK LIMITED

Earley West, 300 Thames Valley Park Drive

Reading

RG61PT

UK

Telephone: +44 7920271834

NUTS: UKJ11

The contractor is an SME: No

V.2.3) Name and address of the contractor

Insight

9 Terry Street

Sheffield

S9 2bu

UK

Telephone: +44 7943956626

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Ricoh UK Ltd

Leckwith Road, Leckwith

Cardiff

CF118AZ

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

SOFTCAT LTD

Softcat plc, 4th Floor, Wyndham Court 12 – 20, Pritchard Street

Bristol

BS28RH

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Sync (a trading name of GBM DIGITAL TECHNOLOGIES LIMITED)

16/18 Midland Street Ardwick, Manchester

Lancashire

M126LB

UK

Telephone: +44 01616053838

NUTS: UKD4

The contractor is an SME: No

V.2.3) Name and address of the contractor

TRUSTMARQUE SOLUTIONS LIMITED

Marlborough House Westminster Place, York Business Park

York

YO266RW

UK

Telephone: +44 1904462359

NUTS: UKE21

The contractor is an SME: No

V.2.3) Name and address of the contractor

Ultima Business Solutions

Gainsborough House, 448A Basingstoke Road

Reading

RG20NA

UK

Telephone: +44 1189027255

NUTS: UKJ11

The contractor is an SME: No

V.2.3) Name and address of the contractor

XMA LIMITED

44 Nottingham South & Wilford Industrial Estate

Nottingham

NG117EP

UK

NUTS: UKF14

The contractor is an SME: No

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

Total value of the contract/lot: : 200 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Software

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

27/03/2026

V.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 10

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

CENTERPRISE INTERNATIONAL LIMITED

Hampshire International Business, Park Lime Tree Way Chineham

Basingstoke

RG248GQ

UK

Telephone: +44 1256378000

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PHOENIX SOFTWARE LIMITED

Blenheim House York Road, Pocklington

York

YO421NS

UK

Telephone: +44 8452651265

NUTS: UKE21

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CDW LIMITED

3rd Floor One New Change

London

EC4M9AF

UK

Telephone: +44 1618377744

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Computacenter

38 Lambourne Cres., Cardiff Business park

Llanishen

CF145GG

UK

Telephone: +44 2920761331

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

SOFTCAT LTD

Softcat plc, 4th Floor, Wyndham Court 12 – 20, Pritchard Street

Bristol

BS28RH

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

TRUSTMARQUE SOLUTIONS LIMITED

Marlborough House Westminster Place, York Business Park

York

YO266RW

UK

Telephone: +44 1904462359

NUTS: UKE21

The contractor is an SME: No

V.2.3) Name and address of the contractor

Ultima Business Solutions

Gainsborough House, 448A Basingstoke Road

Reading

RG20NA

UK

Telephone: +44 1189027255

NUTS: UKJ11

The contractor is an SME: No

V.2.3) Name and address of the contractor

XMA LIMITED

44 Nottingham South & Wilford Industrial Estate

Nottingham

NG117EP

UK

NUTS: UKF14

The contractor is an SME: No

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

Total value of the contract/lot: : 200 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: Audio Visual Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

27/03/2026

V.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 8

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 8

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

DRAKE A-V VIDEO LIMITED

St Fagans Road, Fairwater

Cardiff

CF53AE

UK

Telephone: +44 2920560333

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

COMCEN COMPUTER SUPPLIES LIMITED

Bruce Road, Swansea West Industrial Park

Fforestfach

SA54HS

UK

Telephone: +44 1792515543

Fax: +44 1792515500

NUTS: UKL18

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

IDNS Limited

Unit 1B, Springfield Court, Summerfield Road

Bolton

BL32NT

UK

Telephone: +44 7485356980

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

INVOLVE VISUAL COLLABORATION LTD

Martin Dawes House, Europa Boulevard

Westbrook Warrington

WA57WH

UK

Telephone: +44 1925918365

NUTS: UKD6

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Pacific Computers Limited

300 Cedarwood, Crockford Lane, Chineham Business Park

Basingstoke

RG248WD

UK

Telephone: +44 1256312700

NUTS: UK

The contractor is an SME: Yes

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

Total value of the contract/lot: : 200 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Title: Multi-Functional Print Devices and Print Solutions

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

27/03/2026

V.2.2) Information about tenders

Number of tenders received: 14

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 14

Number of tenders received by electronic means: 14

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

AURORA MANAGED SERVICES LTD

1-2 Castle Lane

London

SW1E6DR

UK

Telephone: +44 7957971451

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Computacenter

38 Lambourne Cres., Cardiff Business park

Llanishen

CF145GG

UK

Telephone: +44 2920761331

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Insight

9 Terry Street

Sheffield

S9 2bu

UK

Telephone: +44 7943956626

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Kyocera Document Solutions (UK) Ltd

Eldon Court, 75-77 London Road

Reading

RG15BS

UK

Telephone: +44 1189230789

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Ricoh UK Ltd

Leckwith Road, Leckwith

Cardiff

CF118AZ

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Ultima Business Solutions

Gainsborough House, 448A Basingstoke Road

Reading

RG20NA

UK

Telephone: +44 1189027255

NUTS: UKJ11

The contractor is an SME: No

V.2.3) Name and address of the contractor

XMA LIMITED

44 Nottingham South & Wilford Industrial Estate

Nottingham

NG117EP

UK

NUTS: UKF14

The contractor is an SME: No

V.2.3) Name and address of the contractor

VISION (OFFICE AUTOMATION) LIMITED

Caxton House Watermark Way, Foxholes Business Park

Hertford

SG137TZ

UK

Telephone: +44 8449808700

NUTS: UK

The contractor is an SME: Yes

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

Total value of the contract/lot: : 200 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Title: Integrated Solutions

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

27/03/2026

V.2.2) Information about tenders

Number of tenders received: 35

Number of tenders received from SMEs: 17

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 35

Number of tenders received by electronic means: 35

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

DRAKE A-V VIDEO LIMITED

St Fagans Road, Fairwater

Cardiff

CF53AE

UK

Telephone: +44 2920560333

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CENTERPRISE INTERNATIONAL LIMITED

Hampshire International Business, Park Lime Tree Way Chineham

Basingstoke

RG248GQ

UK

Telephone: +44 1256378000

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PHOENIX SOFTWARE LIMITED

Blenheim House York Road, Pocklington

York

YO421NS

UK

Telephone: +44 8452651265

NUTS: UKE21

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PROBRAND LIMITED

Northern Assurance Buildings Albert Square, 9-21 Princess Street

Manchester

M24DN

UK

Telephone: +44 800262629

NUTS: UKD33

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CDW LIMITED

3rd Floor One New Change

London

EC4M9AF

UK

Telephone: +44 1618377744

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

AURORA MANAGED SERVICES LTD

1-2 Castle Lane

London

SW1E6DR

UK

Telephone: +44 7957971451

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

CAE TECHNOLOGY SERVICES LIMITED

Cae House Maylands Avenue, Hemel Hempstead Industrial Estate

Hemel Hempstead

HP27DE

UK

Telephone: +44 7977462822

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Dell

361 alexandra parade

Glasgow

G313au

UK

Telephone: +44 7540141331

NUTS: UKM82

The contractor is an SME: No

V.2.3) Name and address of the contractor

COMCEN COMPUTER SUPPLIES LIMITED

Bruce Road, Swansea West Industrial Park

Fforestfach

SA54HS

UK

Telephone: +44 1792515543

Fax: +44 1792515500

NUTS: UKL18

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Computacenter

38 Lambourne Cres., Cardiff Business park

Llanishen

CF145GG

UK

Telephone: +44 2920761331

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

HP INC UK LIMITED

Earley West, 300 Thames Valley Park Drive

Reading

RG61PT

UK

Telephone: +44 7920271834

NUTS: UKJ11

The contractor is an SME: No

V.2.3) Name and address of the contractor

IDNS Limited

Unit 1B, Springfield Court, Summerfield Road

Bolton

BL32NT

UK

Telephone: +44 7485356980

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Insight

9 Terry Street

Sheffield

S9 2bu

UK

Telephone: +44 7943956626

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

INVOLVE VISUAL COLLABORATION LTD

Martin Dawes House, Europa Boulevard

Westbrook Warrington

WA57WH

UK

Telephone: +44 1925918365

NUTS: UKD6

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Kyocera Document Solutions (UK) Ltd

Eldon Court, 75-77 London Road

Reading

RG15BS

UK

Telephone: +44 1189230789

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Pacific Computers Limited

300 Cedarwood, Crockford Lane, Chineham Business Park

Basingstoke

RG248WD

UK

Telephone: +44 1256312700

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Ricoh UK Ltd

Leckwith Road, Leckwith

Cardiff

CF118AZ

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

SOFTCAT LTD

Softcat plc, 4th Floor, Wyndham Court 12 – 20, Pritchard Street

Bristol

BS28RH

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Sync (a trading name of GBM DIGITAL TECHNOLOGIES LIMITED)

16/18 Midland Street Ardwick, Manchester

Lancashire

M126LB

UK

Telephone: +44 01616053838

NUTS: UKD4

The contractor is an SME: No

V.2.3) Name and address of the contractor

TRUSTMARQUE SOLUTIONS LIMITED

Marlborough House Westminster Place, York Business Park

York

YO266RW

UK

Telephone: +44 1904462359

NUTS: UKE21

The contractor is an SME: No

V.2.3) Name and address of the contractor

Ultima Business Solutions

Gainsborough House, 448A Basingstoke Road

Reading

RG20NA

UK

Telephone: +44 1189027255

NUTS: UKJ11

The contractor is an SME: No

V.2.3) Name and address of the contractor

XMA LIMITED

44 Nottingham South & Wilford Industrial Estate

Nottingham

NG117EP

UK

NUTS: UKF14

The contractor is an SME: No

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

Total value of the contract/lot: : 200 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The Invitation to Tender (ITT) documentation can be accessed via eTenderWales,

The eTenderWales Project references for this framework is Project_58579.

Within the project there was one ITT Qualification Questionnaire and one ITT Technical Questionnaire that ALL bidders were required to complete irrespective of the Lot/s they were bidding for. There were four separate ITT Commercial Questionnaires. Bidders only need to complete the ITT that relates to the lot/s they are bidding for.

(WA Ref:162931)

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

31/03/2026

Coding

Commodity categories

ID Title Parent category
32321200 Audio-visual equipment Television projection equipment
32321300 Audio-visual materials Television projection equipment
48400000 Business transaction and personal business software package Software package and information systems
48500000 Communication and multimedia software package Software package and information systems
72800000 Computer audit and testing services IT services: consulting, software development, Internet and support
72900000 Computer back-up and catalogue conversion services IT services: consulting, software development, Internet and support
30211400 Computer configurations Mainframe computer
30200000 Computer equipment and supplies Office and computing machinery, equipment and supplies except furniture and software packages
30231000 Computer screens and consoles Computer-related equipment
48822000 Computer servers Servers
30237300 Computer supplies Parts, accessories and supplies for computers
72540000 Computer upgrade services Computer-related services
30230000 Computer-related equipment Computer equipment and supplies
72510000 Computer-related management services Computer-related services
72590000 Computer-related professional services Computer-related services
72500000 Computer-related services IT services: consulting, software development, Internet and support
72130000 Computer-site planning consultancy services Hardware consultancy services
80533000 Computer-user familiarisation and training services Vocational training services
72300000 Data services IT services: consulting, software development, Internet and support
48600000 Database and operating software package Software package and information systems
30210000 Data-processing machines (hardware) Computer equipment and supplies
32260000 Data-transmission equipment Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
30213300 Desktop computer Personal computers
38651600 Digital cameras Cameras
92224000 Digital television Television services
32270000 Digital transmission apparatus Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
30233140 Direct-access storage devices (DASD) Media storage and reader devices
48311000 Document management software package Document creation software package
48311100 Document management system Document management software package
72514100 Facilities management services involving computer operation Computer facilities management services
32581200 Fax equipment Data-communications equipment
30233180 Flash memory storage devices Media storage and reader devices
72100000 Hardware consultancy services IT services: consulting, software development, Internet and support
48100000 Industry specific software package Software package and information systems
48800000 Information systems and servers Software package and information systems
72222000 Information systems or technology strategic review and planning services Systems and technical consultancy services
72223000 Information technology requirements review services Systems and technical consultancy services
72222300 Information technology services Information systems or technology strategic review and planning services
30232150 Inkjet printers Peripheral equipment
51000000 Installation services (except software) Other Services
51600000 Installation services of computers and office equipment Installation services (except software)
31300000 Insulated wire and cable Electrical machinery, apparatus, equipment and consumables; lighting
48220000 Internet and intranet software package Networking, Internet and intranet software package
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
30232110 Laser printers Peripheral equipment
50312000 Maintenance and repair of computer equipment Maintenance and repair of office machinery
50310000 Maintenance and repair of office machinery Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
30233000 Media storage and reader devices Computer-related equipment
30234500 Memory storage media Storage media
30215000 Microcomputer hardware Data-processing machines (hardware)
32340000 Microphones and loudspeakers Television and radio receivers, and sound or video recording or reproducing apparatus
30236000 Miscellaneous computer equipment Computer-related equipment
48900000 Miscellaneous software package and computer systems Software package and information systems
32250000 Mobile telephones Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
30237260 Monitor wall mount arms Parts, accessories and supplies for computers
32421000 Network cabling Network equipment
32422000 Network components Network equipment
32420000 Network equipment Networks
32423000 Network hubs Network equipment
32424000 Network infrastructure Network equipment
72511000 Network management software services Computer-related management services
32425000 Network operating system Network equipment
32413100 Network routers Integrated network
48821000 Network servers Servers
32427000 Network system Network equipment
48210000 Networking software package Networking, Internet and intranet software package
48200000 Networking, Internet and intranet software package Software package and information systems
30000000 Office and computing machinery, equipment and supplies except furniture and software packages Computer and Related Services
30100000 Office machinery, equipment and supplies except computers, printers and furniture Office and computing machinery, equipment and supplies except furniture and software packages
30191200 Overhead projectors Office equipment except furniture
30237000 Parts, accessories and supplies for computers Computer-related equipment
30232000 Peripheral equipment Computer-related equipment
48624000 Personal computer (PC) operating system software package Operating systems
30213000 Personal computers Data-processing machines (hardware)
30121100 Photocopiers Photocopying and thermocopying equipment
30121200 Photocopying equipment Photocopying and thermocopying equipment
30213100 Portable computers Personal computers
48824000 Printer servers Servers
30232100 Printers and plotters Peripheral equipment
72210000 Programming services of packaged software products Software programming and consultancy services
72224000 Project management consultancy services Systems and technical consultancy services
38652100 Projectors Cinematographic projectors
50342000 Repair and maintenance services of audio equipment Repair and maintenance services of audio-visual and optical equipment
50340000 Repair and maintenance services of audio-visual and optical equipment Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
50320000 Repair and maintenance services of personal computers Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment Repair and maintenance services
30124520 Scanner document feeders Parts and accessories of office machines
48820000 Servers Information systems and servers
72227000 Software integration consultancy services Systems and technical consultancy services
48000000 Software package and information systems Computer and Related Services
48700000 Software package utilities Software package and information systems
72200000 Software programming and consultancy services IT services: consulting, software development, Internet and support
30234000 Storage media Computer-related equipment
72224100 System implementation planning services Project management consultancy services
72220000 Systems and technical consultancy services Software programming and consultancy services
30213200 Tablet computer Personal computers
32300000 Television and radio receivers, and sound or video recording or reproducing apparatus Radio, television, communication, telecommunication and related equipment
30231320 Touch screen monitors Computer screens and consoles
31154000 Uninterruptible power supplies Ballasts for discharge lamps or tubes
72212515 Video conferencing software development services Programming services of application software
48515000 Video conferencing software package Communication software package
32323000 Video monitors Television and audio-visual equipment
32323500 Video-surveillance system Video monitors
48825000 Web servers Servers

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
21 February 2025
Deadline date:
04 June 2025 00:00
Notice type:
02 Contract Notice
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Publication date:
31 March 2026
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery

About the buyer

Main contact:
commercialprocurement.digitaldataict@gov.wales
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.