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.

Contract Notice

ICT Network, Storage and Service Solutions Framework Agreement

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04e41d
Published by:
Crescent Purchasing Consortium Limited
Authority ID:
AA85325
Publication date:
12 March 2025
Deadline date:
07 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The CPC is seeking to establish a multi-provider framework agreement on behalf of CPC members for ICT Network, Storage and Service Solutions. The Agreement will be split into 4 lots: Lot 1 – On Premise Solutions (Specialist Lot), Lot 2 – Cloud and Hybrid Cloud Solutions (Specialist Lot), Lot 3 – Multi Purpose Lot – For on Premise, Cloud and Hybrid Cloud Solutions, Lot 4 – Outsourced ICT Services. The Framework will be open to CPC members. A list of current members can be found at https://www.thecpc.ac.uk/members. The Framework is also open to future members of CPC, with details available here: www.get-information-schools.service.gov.uk/ Local Authorities may also wish to use the resulting Framework when procuring on behalf of educational institutions. The framework will also be open to the wider public sector details which can be found at https://www.gov.uk/government/organisations , https://www.thecpc.ac.uk/suppliers/eligible-public-sector-bodies.php

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Crescent Purchasing Consortium Limited

Procurement House, Leslie Hough Way

Salford

M6 6AJ

UK

Telephone: +44 1618231860

E-mail: j.edwards@thecpc.ac.uk

NUTS: UKD3

Internet address(es)

Main address: www.thecpc.ac.uk

Address of the buyer profile: www.thecpc.ac.uk

I.1) Name and addresses

Education

Procurement House

Salford

M6 6AJ

UK

E-mail: j.edwards@thecpc.ac.uk

NUTS: UK

Internet address(es)

Main address: www.thecpc.ac.uk

Address of the buyer profile: www.thecpc.ac.uk

I.1) Name and addresses

Public Sector

Procurement House

Salford

M6 6AJ

UK

E-mail: j.edwards@thecpc.ac.uk

NUTS: UK

Internet address(es)

Main address: www.thecpc.ac.uk

Address of the buyer profile: www.thecpc.ac.uk

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://suppliers.multiquote.com


Additional information can be obtained from another address:

Crescent Purchasing Consortium Limited

Procurement House, Leslie Hough Way

Salford

M6 6AJ

UK

Telephone: +44 1618231860

E-mail: j.edwards@thecpc.ac.uk

NUTS: UKD3

Internet address(es)

Main address: www.thecpc.ac.uk

Address of the buyer profile: www.thecpc.ac.uk

Tenders or requests to participate must be sent electronically to:

https://suppliers.multiquote.com


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

ICT Network, Storage and Service Solutions Framework Agreement

Reference number: CA15354 - CPC/JE/01/2025

II.1.2) Main CPV code

30200000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The CPC is seeking to establish a multi-provider framework agreement on behalf of CPC members for ICT Network, Storage and Service Solutions. The Agreement will be split into 4 lots: Lot 1 – On Premise Solutions (Specialist Lot), Lot 2 – Cloud and Hybrid Cloud Solutions (Specialist Lot), Lot 3 – Multi Purpose Lot – For on Premise, Cloud and Hybrid Cloud Solutions, Lot 4 – Outsourced ICT Services. The Framework will be open to CPC members. A list of current members can be found at https://www.thecpc.ac.uk/members. The Framework is also open to future members of CPC, with details available here: www.get-information-schools.service.gov.uk/ Local Authorities may also wish to use the resulting Framework when procuring on behalf of educational institutions. The framework will also be open to the wider public sector details which can be found at https://www.gov.uk/government/organisations , https://www.thecpc.ac.uk/suppliers/eligible-public-sector-bodies.php

II.1.5) Estimated total value

Value excluding VAT: 86 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 4 lots

Maximum number of lots that may be awarded to one tenderer: 4

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 – On Premise Solutions (Specialist Lot)

II.2.2) Additional CPV code(s)

51611100

30211300

72510000

30230000

72110000

72212517

30237300

30211200

30211400

44316400

72000000

30211000

48151000

30200000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

uk

II.2.4) Description of the procurement

Lot 1 provides for IT infrastructure solutions that are entirely delivered on-premise and includes but is not limited to the following:

• Network hardware, including switches, routers, wireless access points, wireless network controllers, structured cabling and equipment accommodation that is external to a data centre. These may be delivered as core, distribution or access solutions or any combination of such.

• Network security solutions which includes both hardware and software designed to secure any part of the IT infrastructure, for example firewalls, web monitoring, email security and endpoint protection

• Storage hardware which may include, both network attached storage devices and storage area network solutions. This also includes storage controllers, of the type that allows software defined access to and aggregation of existing diverse storage hardware.

• Server hardware composed of such hardware as is specifically designed to deliver compute capacity for both physical server deployments and hosting of virtual servers. This may also include directly attached storage.

• Backup, archiving and data protection systems. This may include disk or tape backup, directly attached or network attached and may also include data loss prevention solutions.

• Data Centre furniture, power systems and air conditioning systems. This includes server and communications accommodation including racks and shelving, mains power delivery systems, uninterruptible power systems, structured cabling, air conditioning and cooling systems.

• Infrastructure support systems and services. This may also include systems for monitoring availability, capacity, and performance of some or all infrastructure components.

• Installation and repair Services.

• Consultancy for On Premise Solutions including Design Services where a solution is yet to be defined.

• IP Telephony

All the above must be delivered on-premise in a way appropriate to specific requirements. This may be by way of 3 tier separate components as a solution, a bundled converged solution or hyper-converged solution.

This lot includes supply only and the supply and delivery of physical equipment and associated software licensing, installation of solutions and any support and maintenance contracts as well as strategic technology partnerships. A strategic partnership is the creation of a collaborative agreement between a supplier and a customer for a pre-defined period of time to deliver technology programmes that are complex or wide reaching, where involving many suppliers over a period of time may produce inconsistencies in both quality and interoperability of technology solutions.

Furthermore, where required by members the scope includes refurbished equipment, remanufactured equipment, and bespoke equipment.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: Yes

Description of options:

48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Lot 2 – Cloud and Hybrid Cloud Solutions (Specialist Lot)

II.2.2) Additional CPV code(s)

30200000

48151000

72500000

30211400

30211300

72000000

51611100

72510000

72110000

30237300

30211000

72212517

30211200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Greater Manchester

II.2.4) Description of the procurement

Lot 2 provides for IT Infrastructure solutions that are either entirely cloud based or are a hybrid cloud solution comprising both on-premise and cloud components. Solutions may include but are not limited to the following technologies.

• Network solutions that include cloud components that may or may not be combined with on-premise hardware. Examples may include on-premise wireless solutions with cloud-based controllers or software defined network controllers for virtual WAN deployments.

• Network security solutions. These may include cloud-based security for cloud infrastructure deployments or hybrid solutions that have a much wider scope and can include such services as:

o Identity and Access Management

o Data Loss Prevention

o Web Security

o Intrusion Management

o Mobile Device Management

o Email Security

o Encryption

o Managed Security Services

• Server solutions that are defined as delivering compute capacity either entirely or partly by cloud services. This includes virtualisation of servers and application delivery platforms allowing flexibility in solution design by defining the technology as compute rather than restricting to only specific server deployments.

• Storage solutions that are entirely cloud based or that integrate or interact with an on-premise storage deployment. This may be for storage of data, synchronisation services or may form part of a backup and archiving solution.

• Backup, archiving and data protection systems that are entirely or partly cloud-based and may include the provision of storage specific to the solution.

• infrastructure support systems and services including monitoring and reporting systems that are entirely or partly cloud based. This may include monitoring availability, capacity and performance of some or all infrastructure components. This includes both premises monitoring and IT infrastructure monitoring and reporting.

• Installation and repair Services

• Consultancy for Cloud and Hybrid Cloud Solutions including Design Services where a solution is yet to be defined.

• IP Telephony

This lot is to be used where any component of the solution is cloud based and where such components may integrate or interact with on-premise components.

This lot includes supply only and supply and delivery of physical equipment and associated software licensing, installation of the solution and any support and maintenance contracts as well as strategic technology partnerships. A strategic partnership is the creation of a collaborative agreement between a supplier and a customer for a pre-defined period of time to deliver technology programmes that are complex or wide reaching, where involving many suppliers over a period of time may produce inconsistencies in both quality and interoperability of technology solutions.

Furthermore, where required by members the scope includes refurbished equipment, remanufactured equipment, and bespoke equipment.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: Yes

Description of options:

48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Lot 3 – Multi Purpose Lot – For on Premise, Cloud and Hybrid Cloud Solutions

II.2.2) Additional CPV code(s)

30211400

30200000

30211000

44316400

48151000

72110000

30211200

72000000

51611100

30211300

72212517

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Greater Manchester

II.2.4) Description of the procurement

Lot 3 is a multi-purpose lot encompassing the requirements of Lots 1 and 2. Members / Wider Public Sector Contracting Authorities where their solution is known i.e. On Premise, or Cloud / Hybrid Cloud Solution can use the specific specialist Lot (Lot 1 or Lot 2) for their requirement, or they can select to use Lot 3.

Where the solution is unknown, it is recommended Lot 3 is utilised by Members / Wider Public Sector Contracting Authorities when calling off from the Framework Agreement.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 40 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: Yes

Description of options:

48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Lot 4 – Outsourced ICT Services

II.2.2) Additional CPV code(s)

30211000

30200000

30211400

30230000

30237300

51611100

48151000

72590000

30211200

72500000

72510000

35710000

30211300

72110000

72228000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Greater Manchester

II.2.4) Description of the procurement

This lot covers all services involved in providing an outsourced managed service for information communication technology. This includes but is not limited to:

• Remote and on-site service provision for proactive and reactive support including monitoring, incident managing, testing, fault fixing, backup and disaster recovery, data protection, patch management, etc.

• IT asset and configuration management, release management

• Supporting staff with new IT developments, IT procurement, service integration and management, set up of IT equipment (e.g. for use in lessons, assemblies, meetings) where there is an on-site requirement, advice etc.

• Project management and development of IT strategies & refreshment, and other additional ad-hoc requirements

We are seeking assurance on behalf of members of the CPC that Managed Service Providers are able to perform at the highest level, delivering support service that meets the needs of modern institutions.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 6 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: Yes

Description of options:

48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)

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:

See documents

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


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

See documents

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 with several operators.

Envisaged maximum number of participants to the framework agreement: 40

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 07/04/2025

Local time: 13:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 07/04/2025

Local time: 13:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

VI.4) Procedures for review

VI.4.1) Review body

Crescent Purchasing Consortia

Procurement House

Salford

M6 6AJ

UK

VI.4.2) Body responsible for mediation procedures

Crescent Purchasing Consortia

Procurement House

Salford

M6 6AJ

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Contracting Authority will incorporate a minimum of a ten calendar day standstill period at the point that information on the award of contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contract Regulations 2015, provide for aggrieved parties who have been harmed or are at risk of harm, by breach of the rules to take action in the High Court. Any such action must be brought promptly

VI.4.4) Service from which information about the review procedure may be obtained

Crescent Purchasing Consortia

Procurement House

Salford

M6 6AJ

UK

VI.5) Date of dispatch of this notice

19/02/2025

Coding

Commodity categories

ID Title Parent category
35710000 Command, control, communication and computer systems Military electronic systems
30211400 Computer configurations Mainframe computer
48151000 Computer control system Industrial control software package
30200000 Computer equipment and supplies Office and computing machinery, equipment and supplies except furniture and software packages
30211300 Computer platforms Mainframe computer
30237300 Computer supplies Parts, accessories and supplies for computers
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
44316400 Hardware Ironmongery
51611100 Hardware installation services Installation services of computers
72228000 Hardware integration consultancy services Systems and technical consultancy services
72110000 Hardware selection consultancy services Hardware consultancy services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
72212517 IT software development services Programming services of application software
30211000 Mainframe computer Data-processing machines (hardware)
30211200 Mainframe hardware Mainframe computer

Delivery locations

ID Description
100 UK - All

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.

About the buyer

Main contact:
j.edwards@thecpc.ac.uk
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.