-
Contract Timeline
- Publication Date
-
28th February 2025 16:52:57 PM
-
Contract Summary
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 Additional information: 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.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-7e5fe33e-0830-4db9-99c3-9d8165e1a3de
- Publication Source
-
Contracts Finder
- Procurement Stage
-
AwardUpdate
- Procurement Method
-
Open
- Procurement Method Details
-
Open Procedure (above Threshold)
- Procurement Category
-
Goods
- Tender Suitability
-
SME VCSE
- Framework / DPS
-
Framework
-
Contract Classification
- CPV Code(s)
-
30200000
- CPV Division(s)
-
30 - Office and computing machinery, equipment and supplies except furniture and software packages
-
Awarding Authority
- Buyer Name
-
The minister for the cabinet office acting through Crown Commercial Service
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+44 345 410 2222
- Buyer Address
-
39 Old Hall Street
Liverpool
L39PP
England
-
Awarded Supplier(s)
-
Contract Timeline
- Publication Date
-
8th November 2024 14:38:28 PM
-
Contract Summary
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
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-7e5fe33e-0830-4db9-99c3-9d8165e1a3de
- Publication Source
-
Contracts Finder
- Procurement Stage
-
AwardUpdate
- Procurement Method
-
Open
- Procurement Method Details
-
Open Procedure (above Threshold)
- Procurement Category
-
Goods
- Tender Suitability
-
SME VCSE
- Framework / DPS
-
Framework
-
Contract Classification
- CPV Code(s)
-
30200000
- CPV Division(s)
-
30 - Office and computing machinery, equipment and supplies except furniture and software packages
-
Awarding Authority
- Buyer Name
-
The minister for the cabinet office acting through Crown Commercial Service
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+44 345 410 2222
- Buyer Address
-
39 Old Hall Street
Liverpool
L39PP
England
-
Awarded Supplier(s)
-
Contract Timeline
- Publication Date
-
7th November 2023 16:04:21 PM
-
Contract Summary
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
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-7e5fe33e-0830-4db9-99c3-9d8165e1a3de
- Publication Source
-
Contracts Finder
- Procurement Stage
-
Award
- Procurement Method
-
Open
- Procurement Method Details
-
Open Procedure (above Threshold)
- Procurement Category
-
Goods
- Tender Suitability
-
SME VCSE
- Framework / DPS
-
Framework
-
Contract Classification
- CPV Code(s)
-
30200000
- CPV Division(s)
-
30 - Office and computing machinery, equipment and supplies except furniture and software packages
-
Awarding Authority
- Buyer Name
-
The minister for the cabinet office acting through Crown Commercial Service
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+44 345 410 2222
- Buyer Address
-
39 Old Hall Street
Liverpool
L39PP
England
-
Awarded Supplier(s)
-
Contract Timeline
- Publication Date
-
13th April 2022 15:02:46 PM
-
Contract Summary
Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of Technology Products and Associated Services to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education, Third Sector and Devolved Administrations. It is intended that this commercial agreement will be the recommended vehicle for all commodity technology products and associated services required by the UK Central Government and the Wider Public Sector Organisations. This scope includes technology products such as Hardware, Software and related Services. Example scope includes, but is not limited to; laptops, desktops, mobile phones, printers, scanners, servers, storage, infrastructure, networking, IoT devices, AR/VR devices. Circular I.T. (e.g. disposals, refurbished, repurposed devices etc). off the shelf software and associated services. Additional information: Crown Commercial Service invites suggestions and feedback on the proposed structure of the framework structure, service lines or processes detailed in the Lots from the market including industry experts, specialists and suppliers. To participate in market engagement please email tpsmarketengagement@crowncommercial.gov.uk with any suggestions and/or feedback in your email, along with the following details: 1. Organisation name 2. Contact name 3. Job title of contact (including responsibility within your organisation) 4. Contact phone number 5. Contact email 6. Organisation website link Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. The value in II.1.5 is an indicative value. The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/RM6098 for updates and monitor the Find A Tender system for the publication of the contract notice.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-7e5fe33e-0830-4db9-99c3-9d8165e1a3de
- Publication Source
-
Contracts Finder
- Procurement Stage
-
Planning
- Procurement Method
-
Open
- Procurement Method Details
-
Open Procedure (above Threshold)
- Procurement Category
-
N/A
- Tender Suitability
-
SME
- Framework / DPS
-
Contract Classification
- CPV Code(s)
-
30000000
31154000
31156000
31158000
31440000
31712116
32250000
32400000
32522000
34711200
35125100
35125110
48000000
50300000
51300000
51600000
72000000
79121100
80533100 - CPV Division(s)
-
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; Lighting
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
35 - Security, fire-fighting, police and defence equipment
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
80 - Education and training services
-
Awarding Authority
- Buyer Name
-
The Minister for the Cabinet Office acting through Crown Commercial Service
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+44 3450103503
- Buyer Address
-
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
England
-
Contract Timeline
- Publication Date
-
13th April 2022 15:00:45 PM
-
Contract Summary
Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of Technology Products and Associated Services to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education, Third Sector and Devolved Administrations. It is intended that this commercial agreement will be the recommended vehicle for all commodity technology products and associated services required by the UK Central Government and the Wider Public Sector Organisations. This scope includes technology products such as Hardware, Software and related Services. Example scope includes, but is not limited to; laptops, desktops, mobile phones, printers, scanners, servers, storage, infrastructure, networking, IoT devices, AR/VR devices. Circular I.T. (e.g. disposals, refurbished, repurposed devices etc). off the shelf software and associated services. Additional information: Crown Commercial Service invites suggestions and feedback on the proposed structure of the framework structure, service lines or processes detailed in the Lots from the market including industry experts, specialists and suppliers. To participate in market engagement please email tpsmarketengagement@crowncommercial.gov.uk with any suggestions and/or feedback in your email, along with the following details: 1. Organisation name 2. Contact name 3. Job title of contact (including responsibility within your organisation) 4. Contact phone number 5. Contact email 6. Organisation website link Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. The value in II.1.5 is an indicative value. The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/RM6098 for updates and monitor the Find A Tender system for the publication of the contract notice.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-7e5fe33e-0830-4db9-99c3-9d8165e1a3de
- Publication Source
-
Contracts Finder
- Procurement Stage
-
Planning
- Procurement Method
-
Open
- Procurement Method Details
-
Open Procedure (above Threshold)
- Procurement Category
-
N/A
- Tender Suitability
-
SME
- Framework / DPS
-
Contract Classification
- CPV Code(s)
-
30000000
31154000
31156000
31158000
31440000
31712116
32250000
32400000
32522000
34711200
35125100
35125110
48000000
50300000
51300000
51600000
72000000
79121100
80533100 - CPV Division(s)
-
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; Lighting
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
35 - Security, fire-fighting, police and defence equipment
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
80 - Education and training services
-
Awarding Authority
- Buyer Name
-
The Minister for the Cabinet Office acting through Crown Commercial Service
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+44 3450103503
- Buyer Address
-
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
England
-
Contract Timeline
- Publication Date
-
13th April 2022 13:08:02 PM
-
Contract Summary
Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of Technology Products and Associated Services to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education, Third Sector and Devolved Administrations. It is intended that this commercial agreement will be the recommended vehicle for all commodity technology products and associated services required by the UK Central Government and the Wider Public Sector Organisations. This scope includes technology products such as Hardware, Software and related Services. Example scope includes, but is not limited to; laptops, desktops, mobile phones, printers, scanners, servers, storage, infrastructure, networking, IoT devices, AR/VR devices. Circular I.T. (e.g. disposals, refurbished, repurposed devices etc). off the shelf software and associated services. Additional information: Crown Commercial Service invites suggestions and feedback on the proposed structure of the framework structure, service lines or processes detailed in the Lots from the market including industry experts, specialists and suppliers. To participate in market engagement please email tpsmarketengagement@crowncommercial.gov.uk with any suggestions and/or feedback in your email, along with the following details: 1. Organisation name 2. Contact name 3. Job title of contact (including responsibility within your organisation) 4. Contact phone number 5. Contact email 6. Organisation website link Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. The value in II.1.5 is an indicative value. The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/RM6098 for updates and monitor the Find A Tender system for the publication of the contract notice.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-7e5fe33e-0830-4db9-99c3-9d8165e1a3de
- Publication Source
-
Contracts Finder
- Procurement Stage
-
Planning
- Procurement Method
-
Open
- Procurement Method Details
-
Open Procedure (above Threshold)
- Procurement Category
-
N/A
- Tender Suitability
-
SME
- Framework / DPS
-
Contract Classification
- CPV Code(s)
-
30000000
31154000
31156000
31158000
31440000
31712116
32250000
32400000
32522000
34711200
35125100
35125110
48000000
50300000
51300000
51600000
72000000
79121100
80533100 - CPV Division(s)
-
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; Lighting
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
35 - Security, fire-fighting, police and defence equipment
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
80 - Education and training services
-
Awarding Authority
- Buyer Name
-
The Minister for the Cabinet Office acting through Crown Commercial Service
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+44 3450103503
- Buyer Address
-
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
England