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 Award Notice

Technology Products and Associated Services 2

  • First published: 26 March 2025
  • Last modified: 26 March 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

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:
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
26 March 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Crown Commercial Service (CCS), hereby known as the Authority established a multi-supplier Framework Contract for the supply of Technology Products and Associated Services (TePAS 2).

This Framework Agreement replaces:-

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 expired 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 has 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

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

The minister for the cabinet office acting through Crown Commercial Service

Old Hall Street, The Capital Building

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

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 established a multi-supplier Framework Contract for the supply of Technology Products and Associated Services (TePAS 2).

This Framework Agreement replaces:-

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 expired 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 has 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.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 12 000 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Hardware and Software and Associated Services

II.2.2) Additional CPV code(s)

30000000

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

51610000

51611000

51611100

51612000

51620000

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:

UK

II.2.4) Description of the procurement

Lot 1 includes a combination of hardware, software and associated services.

A framework contract has been awarded to 16 bidders for Lot 1.

CCS reserved 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

Quality criterion: Quality / 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

Lot No: 2

II.2.1) Title

Hardware

II.2.2) Additional CPV code(s)

30000000

30200000

30210000

30213000

30213200

30213300

30215000

30230000

30231000

30232000

30233000

30236000

30237000

30237300

31154000

31300000

32230000

32231000

32232000

32233000

32234000

32235000

32236000

32237000

32260000

32420000

32421000

32422000

32423000

32425000

32427000

38650000

50300000

50312000

50312100

50312110

50312200

50312210

50312300

50312320

50312400

50320000

50323000

50324000

50330000

50332000

50340000

50343000

51000000

51600000

51611000

51612000

72000000

72100000

72110000

72120000

72140000

72150000

72500000

72510000

72511000

72512000

72513000

72540000

72590000

72591000

72600000

72611000

72800000

72810000

72820000

72900000

72910000

72920000

80533000

80533100

80533200

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 2 includes the provision of technology hardware and associated services.

A framework contract has been awarded to 34 bidders for Lot 2.

Additionally, CCS reserved 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

Quality criterion: Quality / 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

Lot No: 3

II.2.1) Title

Software

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

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:

UK

II.2.4) Description of the procurement

Lot 3 includes commercial off the shelf software.

A framework contract has been awarded to 43 bidders for Lot 3.

Additionally, CCS reserved 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

Quality criterion: Quality / 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

Lot No: 4

II.2.1) Title

Information Assured Products

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:

UK

II.2.4) Description of the procurement

Lot 4 covers the provision of any combination of hardware, software and associated services above Official (Secret and Top Secret) UK Government Security Classifications.

A framework contract was awarded to 15 bidders for Lot 4.

II.2.5) Award criteria

Quality criterion: Quality / 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

Lot No: 5

II.2.1) Title

Health and Social Care Technology

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:

UK

II.2.4) Description of the procurement

Lot 5 covers the provision of hardware and software and associated services specifically within the health and social care sector.

A framework contract was awarded to 34 bidders for Lot 5.

II.2.5) Award criteria

Quality criterion: Quality / 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

Lot No: 6

II.2.1) Title

Education Technology

II.2.2) Additional CPV code(s)

30000000

30200000

30210000

30213000

30213200

30213300

30215000

30230000

30231000

30232000

30233000

30234000

30236000

30237000

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:

UK

II.2.4) Description of the procurement

Lot 6 covers the provision of hardware and software and associated services specifically within the education sector.

A framework contract was awarded to 50 bidders for Lot 6.

II.2.5) Award criteria

Quality criterion: Quality / 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

Lot No: 7

II.2.1) Title

Sustainability and Circular IT

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:

UK

II.2.4) Description of the procurement

Lot 7 covers the provision of technology product recycling services and repurposed or refurbished technology hardware.

A framework contract was awarded to 39 bidders for Lot 7.

II.2.5) Award criteria

Quality criterion: Quality / 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

Lot No: 8

II.2.1) Title

Technology Catalogue

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:

UK

II.2.4) Description of the procurement

Lot 8 covers the provision of a range of fixed price standard off the shelf (non

configured) Hardware, Software and Services (the catalogue content).

A framework contract was awarded to 157 bidders for Lot 8.

II.2.5) Award criteria

Quality criterion: Quality / 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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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:

2023/S 000-006360

Section V: Award of contract

Lot No: 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/10/2023

V.2.2) Information about tenders

Number of tenders received: 183

Number of tenders received from SMEs: 126

Number of tenders received by electronic means: 183

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

V.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street. L3 9PP

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

The contractor is an SME: No

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

Total value of the contract/lot: : 12 000 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

This Contract Award Notice replaces the previous CAN issued on the 07/11/2023 https://www.find-tender.service.gov.uk/Notice/032956-2023

The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.

As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/9869bc83-e214-433f-9b20-21b41b411e2f

1) Redacted Commercial Agreement

2) List of Successful Suppliers

3) Approved Customer list

4) Transparency Agenda

On 02/04/2014, 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 were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

CCS reserved the right to award a framework to any bidder whose final score was within 1% of the last position.

For Lot 1; 16 suppliers were awarded a place as opposed to the number of 15 as was originally stated in the Contract Notice that was published on 3 March 2023.

For Lot 2; 34 suppliers were awarded a place as opposed to the number of 25 as was originally stated in the Contract Notice that was published on 3 March 2023.

For Lot 3; 43 suppliers were awarded a place as opposed to the number of 40 as was originally stated in the Contract Notice that was published on 3 March 2023.

This framework was put in place with an initial duration of 30 months plus an optional extension period of 18 months (30 months + 18 Months).

Please note that the 18 month extension will be utilised and the end date of this framework is now 09/10/2027.

VI.4) Procedures for review

VI.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

URL: https://www.crowncommercial.gov.uk/

VI.4.2) Body responsible for mediation procedures

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

VI.5) Date of dispatch of this notice

28/02/2025

Coding

Commodity categories

ID Title Parent category
48400000 Business transaction and personal business software package Software package and information systems
32235000 Closed-circuit surveillance system Radio transmission apparatus with reception apparatus
32231000 Closed-circuit television apparatus Radio transmission apparatus with reception apparatus
32234000 Closed-circuit television cameras Radio transmission apparatus with reception apparatus
35710000 Command, control, communication and computer systems Military electronic systems
48500000 Communication and multimedia software package Software package and information systems
72252000 Computer archiving services System and support services
72800000 Computer audit and testing services IT services: consulting, software development, Internet and support
72150000 Computer audit consultancy and hardware consultancy services Hardware consultancy services
72810000 Computer audit services Computer audit and testing services
72900000 Computer back-up and catalogue conversion services IT services: consulting, software development, Internet and support
72910000 Computer back-up services Computer back-up and catalogue conversion services
72920000 Computer catalogue conversion services Computer back-up and catalogue conversion services
80533200 Computer courses Computer-user familiarisation and training services
30200000 Computer equipment and supplies Office and computing machinery, equipment and supplies except furniture and software packages
72541000 Computer expansion services Computer upgrade services
72140000 Computer hardware acceptance testing consultancy services Hardware consultancy services
30231000 Computer screens and consoles Computer-related equipment
30237300 Computer supplies Parts, accessories and supplies for computers
72600000 Computer support and consultancy services IT services: consulting, software development, Internet and support
72610000 Computer support services Computer support and consultancy services
72820000 Computer testing services Computer audit and testing services
80533100 Computer training services Computer-user familiarisation and training services
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
72212732 Data security software development services Programming services of application software
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
72591000 Development of service level agreements Computer-related professional services
32270000 Digital transmission apparatus Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
72251000 Disaster recovery services System and support services
48300000 Document creation, drawing, imaging, scheduling and productivity software package Software package and information systems
72512000 Document management services Computer-related management services
72100000 Hardware consultancy services IT services: consulting, software development, Internet and support
72120000 Hardware disaster-recovery consultancy services Hardware consultancy services
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
48100000 Industry specific software package Software package and information systems
48800000 Information systems and servers Software package and information systems
72222200 Information systems or technology planning services Information systems or technology strategic review and planning services
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
51000000 Installation services (except software) Other Services
51611000 Installation services of computers Installation services of computers and information-processing equipment
51610000 Installation services of computers and information-processing equipment Installation services of computers and office equipment
51600000 Installation services of computers and office equipment Installation services (except software)
51612000 Installation services of information-processing equipment Installation services of computers and information-processing equipment
51620000 Installation services of office equipment Installation services of computers and office equipment
31300000 Insulated wire and cable Electrical machinery, apparatus, equipment and consumables; lighting
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
50312000 Maintenance and repair of computer equipment Maintenance and repair of office machinery
50323000 Maintenance and repair of computer peripherals Repair and maintenance services of personal computers
50312300 Maintenance and repair of data network equipment Maintenance and repair of computer equipment
50312100 Maintenance and repair of mainframe computers Maintenance and repair of computer equipment
50312400 Maintenance and repair of microcomputers Maintenance and repair of computer equipment
50312200 Maintenance and repair of minicomputers Maintenance and repair of computer equipment
50323100 Maintenance of computer peripherals Maintenance and repair of computer peripherals
50312310 Maintenance of data network equipment Maintenance and repair of computer equipment
72267100 Maintenance of information technology software Software maintenance and repair services
50312110 Maintenance of mainframe computers Maintenance and repair of computer equipment
50312410 Maintenance of microcomputers Maintenance and repair of computer equipment
50312210 Maintenance of minicomputers Maintenance and repair of computer equipment
50333000 Maintenance services of radio-communications equipment Maintenance services of telecommunications equipment
50330000 Maintenance services of telecommunications equipment 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
30215000 Microcomputer hardware Data-processing machines (hardware)
35700000 Military electronic systems Security, fire-fighting, police and defence equipment
30236000 Miscellaneous computer equipment Computer-related equipment
33190000 Miscellaneous medical devices and products Medical equipments
48900000 Miscellaneous software package and computer systems Software package and information systems
32250000 Mobile telephones Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
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
32427000 Network system Network equipment
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
72513000 Office automation services Computer-related management services
30237000 Parts, accessories and supplies for computers Computer-related equipment
30232000 Peripheral equipment Computer-related equipment
30213000 Personal computers Data-processing machines (hardware)
38650000 Photographic equipment Optical instruments
50324200 Preventive maintenance services Support services of personal computers
72210000 Programming services of packaged software products Software programming and consultancy services
72224000 Project management consultancy services Systems and technical consultancy services
32236000 Radio telephones Radio transmission apparatus with reception apparatus
32230000 Radio transmission apparatus with reception apparatus Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
32233000 Radio-frequency booster stations Radio transmission apparatus with reception apparatus
42914000 Recycling equipment Distilling, filtering or rectifying apparatus
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
50331000 Repair and maintenance services of telecommunications lines Maintenance services of telecommunications equipment
50343000 Repair and maintenance services of video equipment Repair and maintenance services of audio-visual and optical equipment
50323200 Repair of computer peripherals Maintenance and repair of computer peripherals
50312320 Repair of data network equipment Maintenance and repair of computer equipment
72267200 Repair of information technology software Software maintenance and repair services
50312420 Repair of microcomputers Maintenance and repair of computer equipment
50312220 Repair of minicomputers Maintenance and repair of computer equipment
50321000 Repair services of personal computers Repair and maintenance services of personal computers
50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment Repair and maintenance services
72265000 Software configuration services Software-related services
72266000 Software consultancy services Software-related services
72263000 Software implementation services Software-related services
72227000 Software integration consultancy services Systems and technical consultancy services
72267000 Software maintenance and repair services Software-related 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
33191000 Sterilisation, disinfection and hygiene devices Miscellaneous medical devices and products
30234000 Storage media Computer-related equipment
50324000 Support services of personal computers Repair and maintenance services of personal computers
72250000 System and support services Software programming and consultancy services
72224100 System implementation planning services Project management consultancy services
50324100 System maintenance services Support services of personal computers
72225000 System quality assurance assessment and review services Systems and technical consultancy services
72224200 System quality assurance planning services Project management consultancy services
72226000 System software acceptance testing consultancy services Systems and technical consultancy services
72220000 Systems and technical consultancy services Software programming and consultancy services
30213200 Tablet computer Personal computers
35712000 Tactical command, control and communication systems Command, control, communication and computer systems
72611000 Technical computer support services Computer support services
50332000 Telecommunications-infrastructure maintenance services Maintenance services of telecommunications equipment
31154000 Uninterruptible power supplies Ballasts for discharge lamps or tubes
32232000 Video-conferencing equipment Radio transmission apparatus with reception apparatus
32237000 Walkie-talkies Radio transmission apparatus with reception apparatus
35500000 Warships and associated parts Security, fire-fighting, police and defence equipment

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:
supplier@crowncommercial.gov.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.