Notice Information
Notice Title
Technology Services 3 Lot 3b, 3c & 3d
Notice Description
Crown Commercial Service as the Contracting Authority has put in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities. Public Sector Bodies have a need for a technology service Framework Agreement, which will deliver local, regional and national technology service provides for the range of service outlined below. The agreement will include but not be limited to the following tech support services: * Hardware management and support * Software management and support * Network management and support * Data management * Enterprise security (Security Operations Centre - SOC services) * Tech service discovery * Tech service disaggregation * Transition and transformation of existing tech services * Tech strategy & service design
Lot Information
Technology Strategy & Service Design
Crown Commercial Service as the Contracting Authority has put in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities. Public Sector Bodies have a need for a technology service Framework Agreement, which will deliver local, regional and national technology service provides for the range of service outlined below. The agreement will include but not be limited to the following tech support services: * Hardware management and support * Software management and support * Network management and support * Data management * Enterprise security (Security Operations Centre - SOC services) * Tech service discovery * Tech service disaggregation * Transition and transformation of existing tech services * Tech strategy & service design
Transition and TransformationThe buyer can award a call off contract via either completion of a further competition procedure or by applying the direct award criteria to the Supplier's Catalogue. Where requested by the Buyer, Suppliers will provide a range of services to deliver full technology service transition and transformation to Buyer. Services which may include but are not limited to: The identification of the transition/transformation success factors and their measurement. Risk analysis and risk management. Audit and due diligence activities for the present customer estate. Project and programme management, including planning, delivery and reporting. Implementing and managing the transition/transformation process and coordination of resources, potentially across a multi supplier environment. Post transition/transformation review to identify if the objectives, success factors and benefits have been met and realised. Legacy service decommissioning and disposal, including planning, delivery and coordination of activities.
Operational Services - End User ServicesThe buyer can award a call off contract via either completion of a further competition procedure or by applying the direct award criteria to the Supplier's Catalogue. End User Support Where requested by the Buyer, Suppliers will provide a range of services to deliver full end user support to Buyer. Services which may include but are not limited to: Product support capabilities, including elements of hardware and software support. Logging of problems. Reporting and proactive results analysis of problem trends to suggest permanent fixes. The dispatch of service technicians and/or parts. End user training coordination and other technology related issues. End User Computing and Device Management Where requested by the Buyer, Suppliers will provide a range of services to deliver full end user computing and device management to Buyer. Services which may include but are not limited to: Support for the full life cycle management of desktop, laptop, tablet, thin-client, handheld and peripheral assets Device acquisition, deployment, maintenance, change management as well as disposal. The hardware, software, disaster recovery and personnel required to perform the technical support, planning, process management and administration of the service.
Operational Services - Operational ManagementThe buyer can award a call off contract via either completion of a further competition procedure or by applying the direct award criteria to the Supplier's Catalogue. IT Operations and Technology Estate Service Management Where requested by the Buyer, Suppliers will provide a range of services to deliver full IT operations and technology estate service management to Buyer. Services which may include but are not limited to: Support for various operating models including fully centralised, fully decentralised or 'federated' (hybrid). Day-to-day system management responsibility for the technology infrastructure. Systems operation, integration, support, administration, and performance monitoring. Technical diagnostics/troubleshooting Configuration management System repair Disposal management Production of management reports Exclusions are provision of physical premises for location of information and communications technology, including but not limited to data centres, server rooms, colocation and hosting. Security Management Where requested by the Buyer, Suppliers will provide a range of services to deliver full security management to Buyer. Services which may include but are not limited to: Managed firewall Identity and access management Intrusion detection Virtual private networks Vulnerability scanning Anti-viral/anti-phishing services Security Operations Centre (SOC)
Operational Services - Technical ManagementThe buyer can award a call off contract via either completion of a further competition procedure or by applying the direct award criteria to the Supplier's Catalogue. Network Infrastructure Management Where requested by the Buyer, Suppliers will provide a range of services to deliver full network infrastructure management to Buyer. Services which may include but are not limited to: Planning, delivering, operating, managing (including security), supporting and monitoring the on-premise local area network infrastructure (LAN) and/or its assets Fixed and wireless devices Routers and switches Firewalls Fibre optic equipment Network Operations Centre (NOC) Exclusions are telephony, mobile voice and data services, video-conferencing, audio-conferencing services, integrated communications and wide area network provisioning and connectivity. Hardware and Software Asset Management Where requested by the Buyer, Suppliers will provide a range of services to deliver full hardware and software asset management to Buyer. Services which may include but are not limited to: Hardware and software acquisition and disposal decisions that identify and eliminate unused or infrequently used assets Consolidation of software licenses or proposals for new licensing models. Accurate accounting of technology asset lifecycle costs and risks Processes to maximise the business value of technology and sourcing decisions.
Operational Services - Application and Data ManagementThe buyer can award a call off contract via either completion of a further competition procedure or by applying the direct award criteria to the Supplier's Catalogue. Data Warehouse, Database and Data Management Where requested by the Buyer, Suppliers will provide a range of services to deliver data warehouse, database, and data management to Buyer. Services which may include but are not limited to: Data, database and middleware management and integration practices. Architectural techniques and tools. Installation, configuration, management and support (1st or 3rd party) of databases. Data extraction, translation, transfer, conversion and backup and recovery. Applications management, development and support Where requested by the Buyer, Suppliers will provide a range of combined or separate Services delivering application development, management, and support to the Buyer. Services which may include but are not limited to: Processes and methodologies for maintaining, enhancing, managing and supporting custom or enterprise applications, packaged software applications, ESCROW or network-delivered applications including cloud platforms. Development of new and existing applications as part of a complete application management and support solution. Continuous and whole software lifecycle management using DevOps and Agile methodologies, to deliver further iterative application functional and non-functional changes, IT operations and other activities in-line with Buyer requirements and priorities. The Process workflows, testing and quality assurance, deployment, and Delivery that support continuous software lifecycle management. Management of any Third Party Suppliers involved in application development and support for the Buyer to ensure smooth integration onto their estate.
Major Services Transformation ProgrammesThe buyer can only award a Call Off Contract through completing a Further Competition procedure. Where requested by the Buyer, Suppliers will provide a range of services to deliver major services transformation programmes to Buyer. Services which may include but are not limited to: Service strategy and design (as per Lot 1) Transition and Transformation (as per Lot 2) Operational Management (as per Lot 3) Programme and/or project management Risk management Issues management Financial management Resource management Support for either single entity (single sourced) or multiple-entities (multi-sourced) programme delivery.
Service Integration and ManagementThe buyer can award a call off contract via either completion of a further competition procedure or by applying the direct award criteria to the Supplier's Catalogue. Where requested by the Buyer, Suppliers will provide a range of services to deliver service integration and management strategy, design, and transition to Buyer. Services which may include but are not limited to: The design of SIAM strategy using the most appropriate methodology. Capability analysis Identification of appropriate commercial and operational business models Road-mapping development to coordinate the delivery of the SIAM strategy. IT financial management Identification and design of the SIAM including resources, processes and assets to meet customer and/or end user service needs. Auditing of current service provision, continuous service improvement and development of new services. Operational service design. Development of service levels and key performance indicators. Service availability design and assurance. Supply chain design, integration and management. Supporting application identification and specification. The identification of the transition/transformation success factors and their measurement. Risk analysis and risk management. Audit and due diligence activities. Project and programme management. Implementing and managing the transition/transformation process and coordination of resources, potentially across a multi supplier environment. Post transition/transformation review to identify if the objectives, success factors and benefits have been met and realised. Legacy service decommissioning and disposal, including planning, delivery and coordination of activities.
All LotsCrown Commercial Service as the Contracting Authority has put in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities. Public Sector Bodies have a need for a technology service Framework Agreement, which will deliver local, regional and national technology service provides for the range of service outlined below. The agreement will include but not be limited to the following tech support services: * Hardware management and support * Software management and support * Network management and support * Data management * Enterprise security (Security Operations Centre - SOC services) * Tech service discovery * Tech service disaggregation * Transition and transformation of existing tech services * Tech strategy & service design
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02c3da
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/013578-2026
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related 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
-
- CPV Codes
32410000 - Local area network
32420000 - Network equipment
48000000 - Software package and information systems
50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
51000000 - Installation services (except software)
51610000 - Installation services of computers and information-processing equipment
72000000 - IT services: consulting, software development, Internet and support
79410000 - Business and management consultancy services
80500000 - Training services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £12,400,000,000 Over £10B
Notice Dates
- Publication Date
- 13 Feb 20261 weeks ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 14 Jun 20214 years ago
- Contract Period
- 15 Jun 2021 - 14 Jun 2026 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE
- Contact Name
- Not specified
- Contact Email
- info@crowncommercial.gov.uk
- Contact Phone
- +44 3454102222
Buyer Location
- Locality
- LIVERPOOL
- Postcode
- L3 9PP
- Post Town
- Liverpool
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD7 Merseyside
- Small Region (ITL 3)
- TLD72 Liverpool
- Delivery Location
- Not specified
-
- Local Authority
- Liverpool
- Electoral Ward
- City Centre North
- Westminster Constituency
- Liverpool Riverside
Supplier Information
- Number of Suppliers
- 6
- Supplier Names
2020 DELIVERY LTD (FULL LIST OF SUCCESSFUL SUPPLIERS IS AVAILABLE ON CONTRACTS FINDER
365 ITMS LTD (FULL LIST OF SUCCESSFUL SUPPLIERS IS AVAILABLE ON CONTRACTS FINDER
6POINT6 LTD (FULL LIST OF SUCCESSFUL SUPPLIERS IS AVAILABLE ON CONTRACTS FINDER
ABTEC COMPUTER SOLUTIONS LTD (FULL LIST OF SUCCESSFUL SUPPLIERS IS AVAILABLE ON CONTRACTS FINDER
ACCENTURE (UK) LTD (FULL LIST OF SUCCESSFUL SUPPLIERS IS AVAILABLE ON CONTRACTS FINDER
FULL LIST OF SUCCESSFUL SUPPLIERS IS AVAILABLE ON CONTRACTS FINDER
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02c3da-2026-02-13T16:03:04Z",
"date": "2026-02-13T16:03:04Z",
"ocid": "ocds-h6vhtk-02c3da",
"description": "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/11f22e27-49f7-4a34-8f6a-921dd797d1ee 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Redacted Commercial Agreement; 4) Full List of Successful Suppliers; On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders 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. Number of suppliers per Lot: Lot 1 - 196 Lot 2 - 134 Lot 3a - 113 Lot 3b - 121 Lot 3c - 118 Lot 3d - 126 Lot 4 - 39 Lot 5 - 34 The start date of this Framework Agreement is 16/6/2021. The expiry date of the Framework Agreement is 15/6/2025. The Framework Agreement will be established for 4 years, with no option to extend. Some purchases under this framework agreement may have requirements that can be met under this framework agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 -- About the framework within the Invitation to Tender documentation). In such cases, call-offs from this framework will be unregulated purchases for the purposes of the procurement regulations, and the buyers may, at their discretion, modify the terms of the framework and any call-off contracts to reflect that buyer's specific needs.",
"initiationType": "tender",
"tender": {
"id": "RM6100",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Technology Services 3 Lot 3b, 3c & 3d",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "Crown Commercial Service as the Contracting Authority has put in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities. Public Sector Bodies have a need for a technology service Framework Agreement, which will deliver local, regional and national technology service provides for the range of service outlined below. The agreement will include but not be limited to the following tech support services: * Hardware management and support * Software management and support * Network management and support * Data management * Enterprise security (Security Operations Centre - SOC services) * Tech service discovery * Tech service disaggregation * Transition and transformation of existing tech services * Tech strategy & service design",
"lots": [
{
"id": "1",
"title": "Technology Strategy & Service Design",
"description": "Crown Commercial Service as the Contracting Authority has put in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities. Public Sector Bodies have a need for a technology service Framework Agreement, which will deliver local, regional and national technology service provides for the range of service outlined below. The agreement will include but not be limited to the following tech support services: * Hardware management and support * Software management and support * Network management and support * Data management * Enterprise security (Security Operations Centre - SOC services) * Tech service discovery * Tech service disaggregation * Transition and transformation of existing tech services * Tech strategy & service design",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"hasOptions": false,
"status": "cancelled",
"contractPeriod": {
"startDate": "2021-06-16T00:00:00+01:00",
"endDate": "2026-06-14T23:59:59+01:00"
}
},
{
"id": "2",
"title": "Transition and Transformation",
"description": "The buyer can award a call off contract via either completion of a further competition procedure or by applying the direct award criteria to the Supplier's Catalogue. Where requested by the Buyer, Suppliers will provide a range of services to deliver full technology service transition and transformation to Buyer. Services which may include but are not limited to: The identification of the transition/transformation success factors and their measurement. Risk analysis and risk management. Audit and due diligence activities for the present customer estate. Project and programme management, including planning, delivery and reporting. Implementing and managing the transition/transformation process and coordination of resources, potentially across a multi supplier environment. Post transition/transformation review to identify if the objectives, success factors and benefits have been met and realised. Legacy service decommissioning and disposal, including planning, delivery and coordination of activities.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "3a",
"title": "Operational Services - End User Services",
"description": "The buyer can award a call off contract via either completion of a further competition procedure or by applying the direct award criteria to the Supplier's Catalogue. End User Support Where requested by the Buyer, Suppliers will provide a range of services to deliver full end user support to Buyer. Services which may include but are not limited to: Product support capabilities, including elements of hardware and software support. Logging of problems. Reporting and proactive results analysis of problem trends to suggest permanent fixes. The dispatch of service technicians and/or parts. End user training coordination and other technology related issues. End User Computing and Device Management Where requested by the Buyer, Suppliers will provide a range of services to deliver full end user computing and device management to Buyer. Services which may include but are not limited to: Support for the full life cycle management of desktop, laptop, tablet, thin-client, handheld and peripheral assets Device acquisition, deployment, maintenance, change management as well as disposal. The hardware, software, disaster recovery and personnel required to perform the technical support, planning, process management and administration of the service.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "3b",
"title": "Operational Services - Operational Management",
"description": "The buyer can award a call off contract via either completion of a further competition procedure or by applying the direct award criteria to the Supplier's Catalogue. IT Operations and Technology Estate Service Management Where requested by the Buyer, Suppliers will provide a range of services to deliver full IT operations and technology estate service management to Buyer. Services which may include but are not limited to: Support for various operating models including fully centralised, fully decentralised or 'federated' (hybrid). Day-to-day system management responsibility for the technology infrastructure. Systems operation, integration, support, administration, and performance monitoring. Technical diagnostics/troubleshooting Configuration management System repair Disposal management Production of management reports Exclusions are provision of physical premises for location of information and communications technology, including but not limited to data centres, server rooms, colocation and hosting. Security Management Where requested by the Buyer, Suppliers will provide a range of services to deliver full security management to Buyer. Services which may include but are not limited to: Managed firewall Identity and access management Intrusion detection Virtual private networks Vulnerability scanning Anti-viral/anti-phishing services Security Operations Centre (SOC)",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "3c",
"title": "Operational Services - Technical Management",
"description": "The buyer can award a call off contract via either completion of a further competition procedure or by applying the direct award criteria to the Supplier's Catalogue. Network Infrastructure Management Where requested by the Buyer, Suppliers will provide a range of services to deliver full network infrastructure management to Buyer. Services which may include but are not limited to: Planning, delivering, operating, managing (including security), supporting and monitoring the on-premise local area network infrastructure (LAN) and/or its assets Fixed and wireless devices Routers and switches Firewalls Fibre optic equipment Network Operations Centre (NOC) Exclusions are telephony, mobile voice and data services, video-conferencing, audio-conferencing services, integrated communications and wide area network provisioning and connectivity. Hardware and Software Asset Management Where requested by the Buyer, Suppliers will provide a range of services to deliver full hardware and software asset management to Buyer. Services which may include but are not limited to: Hardware and software acquisition and disposal decisions that identify and eliminate unused or infrequently used assets Consolidation of software licenses or proposals for new licensing models. Accurate accounting of technology asset lifecycle costs and risks Processes to maximise the business value of technology and sourcing decisions.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "3d",
"title": "Operational Services - Application and Data Management",
"description": "The buyer can award a call off contract via either completion of a further competition procedure or by applying the direct award criteria to the Supplier's Catalogue. Data Warehouse, Database and Data Management Where requested by the Buyer, Suppliers will provide a range of services to deliver data warehouse, database, and data management to Buyer. Services which may include but are not limited to: Data, database and middleware management and integration practices. Architectural techniques and tools. Installation, configuration, management and support (1st or 3rd party) of databases. Data extraction, translation, transfer, conversion and backup and recovery. Applications management, development and support Where requested by the Buyer, Suppliers will provide a range of combined or separate Services delivering application development, management, and support to the Buyer. Services which may include but are not limited to: Processes and methodologies for maintaining, enhancing, managing and supporting custom or enterprise applications, packaged software applications, ESCROW or network-delivered applications including cloud platforms. Development of new and existing applications as part of a complete application management and support solution. Continuous and whole software lifecycle management using DevOps and Agile methodologies, to deliver further iterative application functional and non-functional changes, IT operations and other activities in-line with Buyer requirements and priorities. The Process workflows, testing and quality assurance, deployment, and Delivery that support continuous software lifecycle management. Management of any Third Party Suppliers involved in application development and support for the Buyer to ensure smooth integration onto their estate.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "4",
"title": "Major Services Transformation Programmes",
"description": "The buyer can only award a Call Off Contract through completing a Further Competition procedure. Where requested by the Buyer, Suppliers will provide a range of services to deliver major services transformation programmes to Buyer. Services which may include but are not limited to: Service strategy and design (as per Lot 1) Transition and Transformation (as per Lot 2) Operational Management (as per Lot 3) Programme and/or project management Risk management Issues management Financial management Resource management Support for either single entity (single sourced) or multiple-entities (multi-sourced) programme delivery.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "5",
"title": "Service Integration and Management",
"description": "The buyer can award a call off contract via either completion of a further competition procedure or by applying the direct award criteria to the Supplier's Catalogue. Where requested by the Buyer, Suppliers will provide a range of services to deliver service integration and management strategy, design, and transition to Buyer. Services which may include but are not limited to: The design of SIAM strategy using the most appropriate methodology. Capability analysis Identification of appropriate commercial and operational business models Road-mapping development to coordinate the delivery of the SIAM strategy. IT financial management Identification and design of the SIAM including resources, processes and assets to meet customer and/or end user service needs. Auditing of current service provision, continuous service improvement and development of new services. Operational service design. Development of service levels and key performance indicators. Service availability design and assurance. Supply chain design, integration and management. Supporting application identification and specification. The identification of the transition/transformation success factors and their measurement. Risk analysis and risk management. Audit and due diligence activities. Project and programme management. Implementing and managing the transition/transformation process and coordination of resources, potentially across a multi supplier environment. Post transition/transformation review to identify if the objectives, success factors and benefits have been met and realised. Legacy service decommissioning and disposal, including planning, delivery and coordination of activities.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "1 2 3a 3b 3c 3d 4 5",
"title": "All Lots",
"description": "Crown Commercial Service as the Contracting Authority has put in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities. Public Sector Bodies have a need for a technology service Framework Agreement, which will deliver local, regional and national technology service provides for the range of service outlined below. The agreement will include but not be limited to the following tech support services: * Hardware management and support * Software management and support * Network management and support * Data management * Enterprise security (Security Operations Centre - SOC services) * Tech service discovery * Tech service disaggregation * Transition and transformation of existing tech services * Tech strategy & service design",
"contractPeriod": {
"durationInDays": 1440
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32410000",
"description": "Local area network"
},
{
"scheme": "CPV",
"id": "32420000",
"description": "Network equipment"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "50300000",
"description": "Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment"
},
{
"scheme": "CPV",
"id": "51000000",
"description": "Installation services (except software)"
},
{
"scheme": "CPV",
"id": "51610000",
"description": "Installation services of computers and information-processing equipment"
},
{
"scheme": "CPV",
"id": "79410000",
"description": "Business and management consultancy services"
},
{
"scheme": "CPV",
"id": "80500000",
"description": "Training services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "51610000",
"description": "Installation services of computers and information-processing equipment"
},
{
"scheme": "CPV",
"id": "80500000",
"description": "Training services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "2"
},
{
"id": "3a",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50300000",
"description": "Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment"
},
{
"scheme": "CPV",
"id": "51610000",
"description": "Installation services of computers and information-processing equipment"
},
{
"scheme": "CPV",
"id": "80500000",
"description": "Training services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "3a"
},
{
"id": "3b",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50300000",
"description": "Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment"
},
{
"scheme": "CPV",
"id": "51610000",
"description": "Installation services of computers and information-processing equipment"
},
{
"scheme": "CPV",
"id": "80500000",
"description": "Training services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "3b"
},
{
"id": "3c",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32410000",
"description": "Local area network"
},
{
"scheme": "CPV",
"id": "32420000",
"description": "Network equipment"
},
{
"scheme": "CPV",
"id": "80500000",
"description": "Training services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "3c"
},
{
"id": "3d",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "80500000",
"description": "Training services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "3d"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32410000",
"description": "Local area network"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "50300000",
"description": "Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment"
},
{
"scheme": "CPV",
"id": "51610000",
"description": "Installation services of computers and information-processing equipment"
},
{
"scheme": "CPV",
"id": "79410000",
"description": "Business and management consultancy services"
},
{
"scheme": "CPV",
"id": "80500000",
"description": "Training services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "51000000",
"description": "Installation services (except software)"
},
{
"scheme": "CPV",
"id": "79410000",
"description": "Business and management consultancy services"
},
{
"scheme": "CPV",
"id": "80500000",
"description": "Training services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "5"
},
{
"id": "1 2 3a 3b 3c 3d 4 5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32410000",
"description": "Local area network"
},
{
"scheme": "CPV",
"id": "32420000",
"description": "Network equipment"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "50300000",
"description": "Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment"
},
{
"scheme": "CPV",
"id": "51000000",
"description": "Installation services (except software)"
},
{
"scheme": "CPV",
"id": "51610000",
"description": "Installation services of computers and information-processing equipment"
},
{
"scheme": "CPV",
"id": "79410000",
"description": "Business and management consultancy services"
},
{
"scheme": "CPV",
"id": "80500000",
"description": "Training services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1 2 3a 3b 3c 3d 4 5"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true
},
"coveredBy": [
"GPA"
]
},
"awards": [
{
"id": "015464-2021-1",
"relatedLots": [
"1"
],
"title": "Technology Strategy & Service Design",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-21599",
"name": "2020 Delivery Ltd (Full list of successful suppliers is available on Contracts Finder)"
}
]
},
{
"id": "015464-2021-2",
"relatedLots": [
"2"
],
"title": "Transition and Transformation",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-21600",
"name": "6point6 Ltd (Full list of successful suppliers is available on Contracts Finder)"
}
]
},
{
"id": "015464-2021-3",
"relatedLots": [
"3a"
],
"title": "Operational Services - End User Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-21601",
"name": "365 ITMS Ltd (Full list of successful suppliers is available on Contracts Finder)"
}
]
},
{
"id": "015464-2021-4",
"relatedLots": [
"3b"
],
"title": "Operational Services - Operational Management",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-21601",
"name": "365 ITMS Ltd (Full list of successful suppliers is available on Contracts Finder)"
}
]
},
{
"id": "015464-2021-5",
"relatedLots": [
"3c"
],
"title": "Operational Services - Technical Management",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-21601",
"name": "365 ITMS Ltd (Full list of successful suppliers is available on Contracts Finder)"
}
]
},
{
"id": "015464-2021-6",
"relatedLots": [
"3d"
],
"title": "Operational Services - Application and Date Management",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-21602",
"name": "ABTEC COMPUTER SOLUTIONS LTD (Full list of successful suppliers is available on Contracts Finder)"
}
]
},
{
"id": "015464-2021-7",
"relatedLots": [
"4"
],
"title": "Major Services Transformation Programmes",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-21603",
"name": "Accenture (UK) Ltd (Full list of successful suppliers is available on Contracts Finder)"
}
]
},
{
"id": "015464-2021-8",
"relatedLots": [
"5"
],
"title": "Service Integration and Management",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-21603",
"name": "Accenture (UK) Ltd (Full list of successful suppliers is available on Contracts Finder)"
}
]
},
{
"id": "029499-2023-1-1",
"relatedLots": [
"1 2 3a 3b 3c 3d 4 5"
],
"title": "Technology Services 3",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-94375",
"name": "Full list of successful suppliers is available on Contracts Finder"
},
{
"id": "GB-FTS-94376",
"name": "Full list of successful suppliers is available on Contracts Finder"
}
]
},
{
"id": "011742-2025-1-1",
"relatedLots": [
"1 2 3a 3b 3c 3d 4 5"
],
"title": "Technology Services 3",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-94375",
"name": "Full list of successful suppliers is available on Contracts Finder"
}
]
},
{
"id": "013578-2026-RM6100-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-94375",
"name": "Full list of successful suppliers is available on Contracts Finder"
}
]
}
],
"parties": [
{
"id": "GB-FTS-3754",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
"identifier": {
"legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
},
"address": {
"streetAddress": "The Capital Building, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3454102222",
"email": "info@crowncommercial.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/ccs",
"buyerProfile": "https://www.crowncommercialservice.bravosolution.co.uk",
"classifications": [
{
"id": "MINISTRY",
"scheme": "TED_CA_TYPE",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"id": "01",
"scheme": "COFOG",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-21599",
"name": "2020 Delivery Ltd (Full list of successful suppliers is available on Contracts Finder)",
"identifier": {
"legalName": "2020 Delivery Ltd (Full list of successful suppliers is available on Contracts Finder)"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-21600",
"name": "6point6 Ltd (Full list of successful suppliers is available on Contracts Finder)",
"identifier": {
"legalName": "6point6 Ltd (Full list of successful suppliers is available on Contracts Finder)"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-21601",
"name": "365 ITMS Ltd (Full list of successful suppliers is available on Contracts Finder)",
"identifier": {
"legalName": "365 ITMS Ltd (Full list of successful suppliers is available on Contracts Finder)"
},
"address": {
"locality": "Hemel Hempstead",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-21602",
"name": "ABTEC COMPUTER SOLUTIONS LTD (Full list of successful suppliers is available on Contracts Finder)",
"identifier": {
"legalName": "ABTEC COMPUTER SOLUTIONS LTD (Full list of successful suppliers is available on Contracts Finder)"
},
"address": {
"locality": "Wigan",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-21603",
"name": "Accenture (UK) Ltd (Full list of successful suppliers is available on Contracts Finder)",
"identifier": {
"legalName": "Accenture (UK) Ltd (Full list of successful suppliers is available on Contracts Finder)"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-575",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
"identifier": {
"legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street",
"locality": "Liverpool",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3454102222",
"email": "supplier@crowncommercial.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-94375",
"name": "Full list of successful suppliers is available on Contracts Finder",
"identifier": {
"legalName": "Full list of successful suppliers is available on Contracts Finder"
},
"address": {
"streetAddress": "9th Floor, The Capital Building, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3454102222",
"email": "supplier@crowncommercial.gov.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-94376",
"name": "Full list of successful suppliers is available on Contracts Finder",
"identifier": {
"legalName": "Full list of successful suppliers is available on Contracts Finder"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-3754",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service"
},
"contracts": [
{
"id": "015464-2021-1",
"awardID": "015464-2021-1",
"title": "Technology Strategy & Service Design",
"status": "active",
"value": {
"amount": 120000000,
"currency": "GBP"
},
"dateSigned": "2021-06-15T00:00:00+01:00"
},
{
"id": "015464-2021-2",
"awardID": "015464-2021-2",
"title": "Transition and Transformation",
"status": "active",
"value": {
"amount": 260000000,
"currency": "GBP"
},
"dateSigned": "2021-06-15T00:00:00+01:00"
},
{
"id": "015464-2021-3",
"awardID": "015464-2021-3",
"title": "Operational Services - End User Services",
"status": "active",
"value": {
"amount": 320000000,
"currency": "GBP"
},
"dateSigned": "2021-06-15T00:00:00+01:00"
},
{
"id": "015464-2021-4",
"awardID": "015464-2021-4",
"title": "Operational Services - Operational Management",
"status": "active",
"value": {
"amount": 230000000,
"currency": "GBP"
},
"dateSigned": "2021-06-15T00:00:00+01:00"
},
{
"id": "015464-2021-5",
"awardID": "015464-2021-5",
"title": "Operational Services - Technical Management",
"status": "active",
"value": {
"amount": 60000000,
"currency": "GBP"
},
"dateSigned": "2021-06-15T00:00:00+01:00"
},
{
"id": "015464-2021-6",
"awardID": "015464-2021-6",
"title": "Operational Services - Application and Date Management",
"status": "active",
"value": {
"amount": 330000000,
"currency": "GBP"
},
"dateSigned": "2021-06-15T00:00:00+01:00"
},
{
"id": "015464-2021-7",
"awardID": "015464-2021-7",
"title": "Major Services Transformation Programmes",
"status": "active",
"value": {
"amount": 580000000,
"currency": "GBP"
},
"dateSigned": "2021-06-15T00:00:00+01:00"
},
{
"id": "015464-2021-8",
"awardID": "015464-2021-8",
"title": "Service Integration and Management",
"status": "active",
"value": {
"amount": 100000000,
"currency": "GBP"
},
"dateSigned": "2021-06-15T00:00:00+01:00"
},
{
"id": "029499-2023-1-1",
"awardID": "029499-2023-1-1",
"title": "Technology Services 3",
"status": "active",
"value": {
"amount": 4000000000,
"currency": "GBP"
},
"dateSigned": "2021-06-15T00:00:00+01:00",
"period": {
"durationInDays": 1440
},
"items": [
{
"id": "1 2 3a 3b 3c 3d 4 5",
"title": "All Lots",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32410000",
"description": "Local area network"
},
{
"scheme": "CPV",
"id": "32420000",
"description": "Network equipment"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "50300000",
"description": "Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment"
},
{
"scheme": "CPV",
"id": "51000000",
"description": "Installation services (except software)"
},
{
"scheme": "CPV",
"id": "51610000",
"description": "Installation services of computers and information-processing equipment"
},
{
"scheme": "CPV",
"id": "79410000",
"description": "Business and management consultancy services"
},
{
"scheme": "CPV",
"id": "80500000",
"description": "Training services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1 2 3a 3b 3c 3d 4 5"
}
],
"amendments": [
{
"id": "1",
"description": "Notice of necessary increase to the estimated overall value of CCS' Technology Services 3 Framework (RM6100) procured pursuant to Contract Notice 2020/S 210 415766 (\"Framework\") from PS2,000,000,000 to PS4,000,000,000. The value of the Framework lots will be increased to: Lot 1: PS220,000,000 Lot 2: PS240,000,000 - PS300,000,000 Lot 3a: PS550,000,000 - PS750,000,000 Lot 3b: PS240,000,000 Lot 3c: PS85,000,000 Lot 3d: PS1,000,000,000 - PS1,500,000,000 Lot 4: PS1,050,000,000 - PS1,550,000,000 Lot 5: PS100,000,000 The lot value increases are expressed as ranges for lots 2, 3a, 3d and 4. Whether the maximum of each of these lots would be reached shall be subject to the overall maximum framework value of PS4 billion. No other changes will be made to the Framework. CCS' view is that this modification to the Framework value is permitted pursuant to Regulation 72(1)(e) of the Public Contracts Regulations 2015. Regulation 72(1)(e) provides a modification is permitted where irrespective of value it is not substantial within the meaning of Regulation 72(8). Regulation 72(8) provides a modification will be considered substantial if any one or more of the following conditions is met: (a) the modification renders the framework materially different in character from the one initially concluded; (b) the modification introduces conditions which, had they been part of the initial procurement procedure, would have-- (i) allowed for the admission of other candidates than those initially selected, (ii) allowed for the acceptance of a tender other than that originally accepted, or (iii) attracted additional participants in the procurement procedure; (c) the modification changes the economic balance of the framework in favour of the contractor in a manner which was not provided for in the framework; (d) the modification extends the scope of the framework considerably; (e) a new contractor replaces the original contractor in cases other than those provided for in paragraph (1)(d). CCS' view is that the increase is not a substantial variation because the: * framework will not be materially different in character from the one originally concluded; * increase would not have allowed for a different tender to be accepted or attracted additional bidders; * increase does not change the economic balance of the Framework in favour of the supplier(s); and * increase does not extend the scope of the Framework considerably. While CCS is not required to publish this notice it does so to be transparent and will observe a voluntary standstill period, after which the increase will take effect. As set out above, this is a non-substantial modification under Regulation 72(1)(e), but, in the event that this modification is deemed not to be a modification under the PCR, then this notice should be treated as providing the requisite notice of a contract award.",
"rationale": "Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee: The value increase is required due to increased demand from * Unexpected events including Covid-19, Ukraine war, Afghan crisis and UK Migration crisis; * Continued customer use of existing frameworks caused by delay in the Procurement Bill coming into law; and * A greater number of services being procured under certain lots than anticipated."
}
]
},
{
"id": "011742-2025-1-1",
"awardID": "011742-2025-1-1",
"title": "Technology Services 3",
"status": "active",
"value": {
"amount": 4000000000,
"currency": "GBP"
},
"dateSigned": "2021-06-15T00:00:00+01:00",
"period": {
"durationInDays": 1440
},
"items": [
{
"id": "1 2 3a 3b 3c 3d 4 5",
"title": "All Lots",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1 2 3a 3b 3c 3d 4 5"
}
],
"amendments": [
{
"id": "3",
"description": "Technology Services 3 has been extended to 14th March 2026. No other changes have been made to the framework.",
"rationale": "Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee: The extension was required due to the delay in the follow on procurement, Technology Services 4, due to the delay in TPP."
}
]
},
{
"id": "013578-2026-RM6100-1",
"awardID": "013578-2026-RM6100-1",
"status": "active",
"value": {
"amount": 6400000000,
"currency": "GBP"
},
"dateSigned": "2021-06-15T00:00:00+01:00",
"period": {
"durationInDays": 1440
},
"items": [
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"amendments": [
{
"id": "4",
"description": "Technology Services 3 Lot 3b: Operational Management, Lot 3c: Technical Management and Lot 3d: Application and Data Management have been extended to 14th June 2026. No other lots have been extended. Notice of necessary increase to the estimated overall value of CCS' Technology Services 3 Framework (RM6100) procured pursuant to Modification Notice: 2023/S 000-029499(\"Framework\") from PS4,000,000,000 to PS6,400,000,000. The value of the Framework lots will be increased to: Lot 3b: PS730,000,000 Lot 3c: PS500,000,000 Lot 3d: PS2,500,000,000 No other changes will be made to the Framework.",
"rationale": "Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee: Technology Services 3 Lot 3b: Operational Management, Lot 3c: Technical Management and Lot 3d: Application and Data Management have been extended to 14th June 2026. No other lots have been extended. Notice of necessary increase to the estimated overall value of CCS' Technology Services 3 Framework (RM6100) procured pursuant to Modification Notice: 2023/S 000-029499(\"Framework\") from PS4,000,000,000 to PS6,400,000,000. The value of the Framework lots will be increased to: Lot 3b: PS730,000,000 Lot 3c: PS500,000,000 Lot 3d: PS2,500,000,000 No other changes will be made to the Framework."
}
]
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 255
},
{
"id": "4",
"measure": "bids",
"relatedLot": "2",
"value": 245
},
{
"id": "7",
"measure": "bids",
"relatedLot": "3a",
"value": 160
},
{
"id": "10",
"measure": "bids",
"relatedLot": "3b",
"value": 177
},
{
"id": "13",
"measure": "bids",
"relatedLot": "3c",
"value": 157
},
{
"id": "16",
"measure": "bids",
"relatedLot": "3d",
"value": 171
},
{
"id": "19",
"measure": "bids",
"relatedLot": "4",
"value": 72
},
{
"id": "22",
"measure": "bids",
"relatedLot": "5",
"value": 84
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 140
},
{
"id": "5",
"measure": "smeBids",
"relatedLot": "2",
"value": 122
},
{
"id": "8",
"measure": "smeBids",
"relatedLot": "3a",
"value": 76
},
{
"id": "11",
"measure": "smeBids",
"relatedLot": "3b",
"value": 83
},
{
"id": "14",
"measure": "smeBids",
"relatedLot": "3c",
"value": 71
},
{
"id": "17",
"measure": "smeBids",
"relatedLot": "3d",
"value": 65
},
{
"id": "20",
"measure": "smeBids",
"relatedLot": "4",
"value": 17
},
{
"id": "23",
"measure": "smeBids",
"relatedLot": "5",
"value": 35
},
{
"id": "3",
"measure": "electronicBids",
"relatedLot": "1",
"value": 255
},
{
"id": "6",
"measure": "electronicBids",
"relatedLot": "2",
"value": 245
},
{
"id": "9",
"measure": "electronicBids",
"relatedLot": "3a",
"value": 160
},
{
"id": "12",
"measure": "electronicBids",
"relatedLot": "3b",
"value": 177
},
{
"id": "15",
"measure": "electronicBids",
"relatedLot": "3c",
"value": 157
},
{
"id": "18",
"measure": "electronicBids",
"relatedLot": "3d",
"value": 171
},
{
"id": "21",
"measure": "electronicBids",
"relatedLot": "4",
"value": 72
},
{
"id": "24",
"measure": "electronicBids",
"relatedLot": "5",
"value": 84
}
]
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:514766-2020:TEXT:EN:HTML"
}
],
"language": "en"
}