Award

IT Managed Services

GENERAL PHARMACEUTICAL COUNCIL

This public procurement record has 6 releases in its history.

Award

11 Feb 2026 at 14:57

TenderUpdate

15 Jul 2025 at 13:08

Tender

27 Jun 2025 at 10:40

PlanningUpdate

23 May 2025 at 08:41

PlanningUpdate

23 May 2025 at 08:33

Planning

19 May 2025 at 13:22

Summary of the contracting process

The General Pharmaceutical Council (GPhC) has completed the procurement process for an IT Managed Services contract. The contract, valued at approximately £1,517,832, is awarded to OneAdvanced IT Services Limited. This procurement, essential for transforming GPhC's business operations, centres on the delivery of a hybrid Azure Managed Service. The service aims to enhance performance, agility, relationship management, cost control, and innovation within the council. As part of the contract, infrastructure and hosting, desktop management, security, disaster recovery, and other IT service management elements are included. The award notice was published on 11 February 2026, with the contract period beginning on 2 March 2026 and running until 1 March 2029, with options for renewal of an additional two years. The procurement method employed was an open competitive flexible procedure, enhancing transparency and broad market participation.

The awarded contract presents substantial opportunities for businesses specialising in managed IT services. It is particularly beneficial for large IT service providers with expertise in cloud services and infrastructure management, aligning with the requirements for Azure environments. This tender is suited for organisations that can offer scalable, agile, and secure IT solutions, support service optimisation, cost efficiency, and risk management. Small and medium-sized enterprises (SMEs) may find additional prospects through subcontract opportunities if they possess niche capabilities in specific technical areas, such as security software development, computer facilities management, and network services, as outlined in the contract's classifications. The contract's significant strategic and financial scale offers an attractive prospect for expansion and collaboration within the IT services sector, providing avenues for technological leadership and innovation-driven growth alongside GPhC's strategic objectives.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

IT Managed Services

Notice Description

GPhC intend to award a contract for the provision a hybrid Azure Managed Service in support of its business operations and create sustainable relationships that meet the following strategic sourcing objectives: * Performance Optimisation - Enable improvements to service delivery and customer experience both for internal and external customers, allowing better management of cost, risk and results. * Agility / Speed - Implement an agile, responsive and scalable partnership with the organisation addressing their rapidly changing needs, lowering complexity and improving global delivery capabilities. * Improved Relationship Management - Achieve clear and proactive account management with the flexibility of services to support future business requirements. * Cost Control & Reduction - Effectively manage services to provide transparency with clear cost control with flexibility in consumption of services to allow funding of future IT requirements. * Innovation - Partner with an MSP that will bring technology leadership in IT services and assist GPhC with becoming "faster followers;" enabling the adoption of better practices and solutions to improve business outcomes. * Risk & Accountability - Proactively identify issues and themes that may have an impact on GPhC's business operations and service. * Plan of approach detailing the solution, delivery and effort to cover the services requirements to include but not limited to - in no particular order: 1. Infrastructure & Hosting 2. Desktop Management 3.Mobile device Management 4.Infrastructure Monitoring 5.Security 6.Disaster Recovery 7.Service Transition. 8.Service Management as per ITIL processes 9.Service Levels & Service Credits 10.Governance 11.Technical Account Management 12.Release & Configuration Management 13.Resource Skillsets & Coverage

Lot Information

Lot GPhC105

Renewal: The initial contract will have a discretionary option of a 2 year extension in 12-months consecutive order. Secondly, the GPhC reserves the right to carry out subsequent procurement (towards the end of the initial 5-year contract duration) of this service by DIRECT AWARD. This is in accordance to schedule 5 (8) of the PA2023 and section 95.

Planning Information

The Preliminary Market Engagement has been concluded, the purpose and outcomes of the exercise are detailed below: Intended Purpose: 1.Assess Market Capability: Verify eXceeding's knowledge of supplier landscape in alignment with GPhC's specific technical and regulatory requirements. 2.Target Suitable Suppliers Efficiently: Rather than using an open advertisement (deemed unnecessary due to market saturation), eXceeding used its existing market knowledge and expertise to engage directly with known specialist suppliers that matched GPhC's needs. 3.Inform Procurement Strategy: To gather insight into: •Preferred cost models. •Migration timelines and methodologies. •Potential contractual concerns. •Market expectations about collaboration and due diligence before contract award. •Any other barriers to participation or wider concerns around scope and approach 4.Ensure Competitive Fairness and Transparency: To maintain equal access and prevent conflict of interest, all suppliers were provided with the same baseline information and signed declarations of interests. Final Outcomes 1.Market Alignment Confirmed: All engaged suppliers demonstrated strong alignment with GPhC's needs-particularly in Azure expertise, healthcare/public sector experience, and ability to provide UK-based support. 2.Market Confidence Validated: All participating suppliers expressed an intention to bid, showing no significant concerns. This indicates strong market interest and capacity to meet GPhC's needs. 3.Insight into Market Conditions and Preferences: Pricing Models: Preferences varied (e.g., fixed fee, per-user, per-device). Transition Times: Suppliers were generally comfortable with the timelines; some could even transition faster. Legal Considerations: Suppliers would need to review GPhC's contract terms legally, potentially causing small delays but no major blockers. 4.Contract Value vs. Supplier Scale: For most suppliers, the contract would be significant and strategic. Even for the largest supplier, it remains a notable opportunity. 5.Risks Identified Early: A minor concern about needing further engagement to understand service peaks/troughs and historical performance. Importance of clarifying whether the incumbent is also the CSP and license owner, as this impacts transition complexity. 6.Procurement Readiness Enhanced: GPhC now has a clear view (from a wide spectrum of suppliers) on whether our service requirements are realistic and explicit. These findings have been incorporated into the ITT.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-051709
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/012497-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME, VCSE
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72212730 - Security software development services

72253000 - Helpdesk and support services

72514000 - Computer facilities management services

72600000 - Computer support and consultancy services

72700000 - Computer network services

Notice Value(s)

Tender Value
£3,333,333 £1M-£10M
Lots Value
£3,333,333 £1M-£10M
Awards Value
£1,517,832 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
11 Feb 20261 weeks ago
Submission Deadline
17 Jul 2025Expired
Future Notice Date
24 Jun 2025Expired
Award Date
26 Jan 20264 weeks ago
Contract Period
2 Mar 2026 - 1 Mar 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
GENERAL PHARMACEUTICAL COUNCIL
Contact Name
Rene Kiliaan
Contact Email
procurement@pharmacyregulation.org
Contact Phone
0203 713 7878

Buyer Location

Locality
LONDON
Postcode
E14 4QJ
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI42 Tower Hamlets
Delivery Location
TLI London

Local Authority
Tower Hamlets
Electoral Ward
Canary Wharf
Westminster Constituency
Poplar and Limehouse

Supplier Information

Number of Suppliers
1
Supplier Name

ONEADVANCED IT SERVICES

Further Information

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-051709-2026-02-11T14:57:36Z",
    "date": "2026-02-11T14:57:36Z",
    "ocid": "ocds-h6vhtk-051709",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PXRY-5513-YMDN",
            "name": "General Pharmaceutical Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXRY-5513-YMDN"
            },
            "address": {
                "streetAddress": "Level 14, One Cabot Square, Canary Wharf",
                "locality": "London",
                "postalCode": "E14 4QJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI42"
            },
            "contactPoint": {
                "name": "Rene Kiliaan",
                "email": "Procurement@pharmacyregulation.org",
                "telephone": "0203 713 7878"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ],
                "url": "http://www.pharmacyregulation.org"
            }
        },
        {
            "id": "GB-PPON-PVNT-4551-BLHL",
            "name": "OneAdvanced IT Services Limited",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVNT-4551-BLHL"
            },
            "address": {
                "streetAddress": "The Mailbox Level 3",
                "locality": "Birmingham",
                "postalCode": "B1 1RF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG31"
            },
            "contactPoint": {
                "email": "bidmanagement-itservices@oneadvanced.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.oneadvanced.com/",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PXRY-5513-YMDN",
        "name": "General Pharmaceutical Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The Preliminary Market Engagement has been concluded, the purpose and outcomes of the exercise are detailed below: Intended Purpose: 1.Assess Market Capability: Verify eXceeding's knowledge of supplier landscape in alignment with GPhC's specific technical and regulatory requirements. 2.Target Suitable Suppliers Efficiently: Rather than using an open advertisement (deemed unnecessary due to market saturation), eXceeding used its existing market knowledge and expertise to engage directly with known specialist suppliers that matched GPhC's needs. 3.Inform Procurement Strategy: To gather insight into: *Preferred cost models. *Migration timelines and methodologies. *Potential contractual concerns. *Market expectations about collaboration and due diligence before contract award. *Any other barriers to participation or wider concerns around scope and approach 4.Ensure Competitive Fairness and Transparency: To maintain equal access and prevent conflict of interest, all suppliers were provided with the same baseline information and signed declarations of interests. Final Outcomes 1.Market Alignment Confirmed: All engaged suppliers demonstrated strong alignment with GPhC's needs-particularly in Azure expertise, healthcare/public sector experience, and ability to provide UK-based support. 2.Market Confidence Validated: All participating suppliers expressed an intention to bid, showing no significant concerns. This indicates strong market interest and capacity to meet GPhC's needs. 3.Insight into Market Conditions and Preferences: Pricing Models: Preferences varied (e.g., fixed fee, per-user, per-device). Transition Times: Suppliers were generally comfortable with the timelines; some could even transition faster. Legal Considerations: Suppliers would need to review GPhC's contract terms legally, potentially causing small delays but no major blockers. 4.Contract Value vs. Supplier Scale: For most suppliers, the contract would be significant and strategic. Even for the largest supplier, it remains a notable opportunity. 5.Risks Identified Early: A minor concern about needing further engagement to understand service peaks/troughs and historical performance. Importance of clarifying whether the incumbent is also the CSP and license owner, as this impacts transition complexity. 6.Procurement Readiness Enhanced: GPhC now has a clear view (from a wide spectrum of suppliers) on whether our service requirements are realistic and explicit. These findings have been incorporated into the ITT.",
                "dateMet": "2025-05-08T00:00:00+01:00",
                "status": "met"
            }
        ],
        "documents": [
            {
                "id": "022674-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/022674-2025",
                "datePublished": "2025-05-19T14:22:41+01:00",
                "format": "text/html"
            },
            {
                "id": "025568-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/025568-2025",
                "datePublished": "2025-05-23T09:33:19+01:00",
                "format": "text/html"
            },
            {
                "id": "025586-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/025586-2025",
                "datePublished": "2025-05-23T09:41:47+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "GPhC105",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "IT Managed Services",
        "description": "GPhC intend to award a contract for the provision a hybrid Azure Managed Service in support of its business operations and create sustainable relationships that meet the following strategic sourcing objectives: * Performance Optimisation - Enable improvements to service delivery and customer experience both for internal and external customers, allowing better management of cost, risk and results. * Agility / Speed - Implement an agile, responsive and scalable partnership with the organisation addressing their rapidly changing needs, lowering complexity and improving global delivery capabilities. * Improved Relationship Management - Achieve clear and proactive account management with the flexibility of services to support future business requirements. * Cost Control & Reduction - Effectively manage services to provide transparency with clear cost control with flexibility in consumption of services to allow funding of future IT requirements. * Innovation - Partner with an MSP that will bring technology leadership in IT services and assist GPhC with becoming \"faster followers;\" enabling the adoption of better practices and solutions to improve business outcomes. * Risk & Accountability - Proactively identify issues and themes that may have an impact on GPhC's business operations and service. * Plan of approach detailing the solution, delivery and effort to cover the services requirements to include but not limited to - in no particular order: 1. Infrastructure & Hosting 2. Desktop Management 3.Mobile device Management 4.Infrastructure Monitoring 5.Security 6.Disaster Recovery 7.Service Transition. 8.Service Management as per ITIL processes 9.Service Levels & Service Credits 10.Governance 11.Technical Account Management 12.Release & Configuration Management 13.Resource Skillsets & Coverage",
        "items": [
            {
                "id": "GPhC105",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72212730",
                        "description": "Security software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72253000",
                        "description": "Helpdesk and support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72514000",
                        "description": "Computer facilities management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72600000",
                        "description": "Computer support and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72700000",
                        "description": "Computer network services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "GPhC105"
            }
        ],
        "value": {
            "amountGross": 4000000,
            "amount": 3333333,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "GPhC105",
                "contractPeriod": {
                    "startDate": "2026-01-05T00:00:00Z",
                    "endDate": "2029-01-04T23:59:59Z",
                    "maxExtentDate": "2031-01-04T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "complete",
                "value": {
                    "amountGross": 4000000,
                    "amount": 3333333,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "STAGE 1 - Procurement Specific Questionnaire (PSQ) - Conditions of Participation & Core Details Review Contract Examples and Experience (x3 contracts) - 60% (20% per contract example) Scale and Capability - 30% Cultural Fit - 10% **All bidders interested in submitting a tender must fulfil the Conditions of Participation and return a fully completed PSQ. ** Only the Top 5 Suppliers will be shortlisted to Stage 2 STAGE 2 - ITT The following weighting will be applied for award selection during the ITT Stage. Quality (including social value) - 60% Price - 40% STAGE 3 - Preferred Bidder Stage - Highest Ranked Bidder",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Stage 1 - Supplier Qualification and Condition of Participation Assessment"
                        },
                        {
                            "type": "quality",
                            "name": "Stage 1 - Supplier Qualification and Condition of Participation Assessment"
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "See the document attachment section."
                        },
                        {
                            "description": "The Supplier are required to share the code for their core supplier details entered on the Central Digital Platform or upload a PDF copy of their downloaded details; this will be evaluated alongside the Conditions of Participation set out in Annex 2 on a PASS OR FAIL BASIS. The Procurement Specific Questionnaire (PSQ) will be evaluated as follows; 1. Contract examples and experience - 60% (20% per contract example) 2. Scale and Capability - 30% 3. Cultural Fit - 10% All bidders interested in submitting a tender must submit the PSQ. Only the top 5 scoring suppliers will be shortlisted",
                            "forReduction": true
                        },
                        {
                            "type": "technical",
                            "description": "See the document attachment section."
                        },
                        {
                            "description": "The Supplier are required to share the code for their core supplier details entered on the Central Digital Platform or upload a PDF copy of their downloaded details; this will be evaluated alongside the Conditions of Participation set out in Annex 2 on a PASS OR FAIL BASIS. The Procurement Specific Questionnaire (PSQ) will be evaluated as follows; 1. Contract examples and experience - 60% (20% per contract example) 2. Scale and Capability - 30% 3. Cultural Fit - 10% All bidders interested in submitting a tender must submit the PSQ. Only the top 5 scoring suppliers will be shortlisted",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "renewal": {
                    "description": "The initial contract will have a discretionary option of a 2 year extension in 12-months consecutive order. Secondly, the GPhC reserves the right to carry out subsequent procurement (towards the end of the initial 5-year contract duration) of this service by DIRECT AWARD. This is in accordance to schedule 5 (8) of the PA2023 and section 95."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-06-24T23:59:59+01:00"
        },
        "status": "complete",
        "amendments": [
            {
                "id": "025568-2025",
                "description": "The title of this procurement exercise has been changed from 'IT Aggregation' to \"IT Managed Service Provider\". The change was necessitate by the need to make the project title more relevant to the service we are seeking to procure."
            },
            {
                "id": "025586-2025",
                "description": "The title of this procurement exercise has been changed from \"IT Aggregation\" to \"IT Managed Service Provider\". The change was necessitated by the need to make the project title more relevant to the services we are looking to procure."
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "TRANSPARENCY GPhC have appointed IT procurement consultancy firm and subject matter experts (eXceeding Limited) to leverage their significant experience and expertise to support us as follow: To identify a small number of known suppliers that fit the high-level scope and size of opportunity to conduct preliminary market engagement including our incumbent providers. Detail of the market engagement conducted, and the conclusions drawn from this can be found on Find a Tender website (Notice identifier: 2025/S 000-025586) https://www.find-tender.service.gov.uk/Notice/025586-2025?origin=Dashboard. To collaborate with our internal Procurement and IT team to produce the Condition of Participation and ITT documentation. To assist in the assessment of the Procurement Specific Questionnaire (PSQ) and selection of the final shortlisted suppliers under the oversight of and in conjunction with the GPhC panel of subject matter experts. To provide support (if required) in contract negotiation with successful bidder and in the on-boarding of the new provider. Exceeding Limited will remain a partner for the duration of the procurement process. PROCEDURE This competitive flexible procedure for this tender exercise will be conducted in three (3) stages. STAGE 1: Invitation to Participate 4.1 Stage 1 commences with the issuing of a Tender Notice published on the Central Digital Platform transmitted via Delta our eSourcing platform -https://www.delta-esourcing.com/ . Tender documents will be available on our Delta e Sourcing portal using the access code set out in the front page of this document - VEXQSU9344 4.2 Once the tender deadline has passed, GPhC will also undertake a review of the core supplier information (as defined in the Procurement Regulations 2024) held on the Central Digital Platform (the Supplier to provide a sharing code or download of the PDF details as part of the tender response). 4.3 A check on the compliance with the Conditions of Participation is conducted at this stage, conditions are available in Annex 2. A supplier which does not satisfy the Conditions of Participation will not be invited to participate in stage 2 of this procurement exercise. 4.4 In addition, the GPhC will consider whether any Supplier or connected persons within its corporate group, associated persons relied on to meet the conditions of participation, or proposed sub-contractors are excluded or excludable Suppliers. Save where the Supplier or an associated person is on the Debarment List. Before the GPhC determines that a Supplier is an excluded or excludable Supplier, it will provide the Supplier reasonable opportunity to make representations and provide evidence as is proportionate in the circumstances. If the Supplier is an excluded or excludable Supplier only by virtue of an associated person or proposed sub-contractor, the GPhC will notify the Supplier of its intention to exclude the Supplier and provide the Supplier with reasonable opportunity to replace the associated person or sub-contractor. If as a consequence of this process, the GPhC excludes the Supplier from participating in the Procurement or is aware of an associated person or sub-contract having been replaced, it will give notice of this fact within 30 days of its decision to the Procurement Review Unit (PRU). 4.5 Responses to the Conditions of Participation will be assessed in accordance with Annex 2 and Annex 3. 4.6 Stage 1 includes a procurement specific questionnaire (PSQ) at Annex 3 which all Suppliers are required to complete and return in accordance with the Procurement Timetable and instructions within this document. Please refer to the evaluation criteria in Annex 3 scoring methodology on how we intend to evaluate this stage. Note there is a wordcount for the PSQ. 4.7 The assessment of a) the information held in the Central Digital Platform, b) the Conditions of Participation and C) the PSQ; altogether these responses will help us identify the top 5 highest ranked Suppliers to be invited to participate in Stage 2. 4.8 The conclusion of Stage 1 will complete with Suppliers being notified in writing of whether they have been successfully shortlisted to participate in Stage 2. Suppliers not invited to Stage 2 will be formally notified that they have not been shortlisted. 4.9 Suppliers should note that the GPhC reserves the right to re-assess any response to the PSQ, in light of any new relevant information that comes to the GPhC's attention. Ongoing compliance with the Conditions of Participation will be a condition of entry into any contract with a Supplier pursuant to this procurement. Please refer to the 'Supplier eligibility' provisions in Annex 2 Conditions of Participation and Annex 3: PSQ. STAGE 2: Invitation to Submit a Tender 4.10 Stage 2 will commence with the issuing of a letter inviting Suppliers that have been successfully shortlisted to participate in stage 2, and they will be invited to submit their tenders. 4.11 Any further information that is necessary for Suppliers to submit a tender will be made available to Suppliers at this stage of the procurement. 4.12 Tenders must be submitted in accordance with the Procurement timetable and instructions set out in this document and any additional information provided. Assessment of the Supplier's quality submission and the Supplier's quality score will be calculated in accordance with the evaluation criteria set out in table in 4.33. Post Tender Clarifications 4.13 Shortlisted Tenderers will be invited to attend a Clarification Presentation. The purpose of this presentation is to allow GPhC to seek clarification on elements of the Tender that may require further explanation in order to ensure accurate understanding of the Tenderer's submission. 4.14 The Clarification Presentation is not an opportunity for Tenderers to introduce new information, modify their bid, or address any matters not already included in their submitted Tender. No new award criteria will be introduced, and no additional scores will be awarded as a direct result of the presentation. The presentation will be used solely to validate and clarify the understanding of information already provided in the written Tender. 4.15 Participation in the Clarification Presentation is mandatory for those Tenderers invited, and failure to attend will result in disqualification from the tender process. STAGE 3: Preferred Supplier Stage 4.22 The highest scoring Supplier will be invited to engage in further discussions with the GPhC as part of a preferred supplier stage. This stage will be used to finalise the draft Contract terms and conditions, in accordance with the limitations set out in the Act. It is expected that the following matters will be discussed as part of this stage, noting that the GPhC reserves the right to amend this list as required: Clarification of contractual terms and schedules; - Confirmation and refinement of deliverables, service levels, and implementation plans as already described in the Tenderer's submission; - Final alignment of legal and commercial terms, including allocation of risk, provided this does not introduce any material change to the submitted bid; - Rectification of minor errors or ambiguities in the draft contract documentation. 4.23 No changes will be permitted to the award criteria, nor will the preferred Supplier be allowed to improve, revise, or supplement its bid in a manner that could affect the evaluation outcome. Any changes agreed as part of the preferred bidder discussions must not distort competition or breach the principles of equal treatment and transparency under the Procurement Act 2023. 4.24 GPhC reserves the right to discontinue discussions with the preferred supplier and approach the next-ranked Tenderer if finalised Contract terms and conditions cannot be reached within a reasonable timeframe. 4.25 Stage 3 will end with the GPhC entering into the Contract with the preferred Supplier and publication of a Contract Details Notice on the Central Digital Platform (within 30 days of the date on which the Contract is entered into). If the tender needs to be abandoned due to way to move forward with the preferred bidder and other tenders unsuitable, GPhC reserves the right to not award a contract and will publish a procurement termination notice on the Central Digital Platform. 4.26 This stage will conclude with the issuing of letters to all participating Suppliers confirming the closure of dialogue and/or negotiations. Procurement Timetable 4.27 The deadline for submission of Condition of Participation responses is 22 July 2025. No submission will be considered after the deadline."
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "https://www.delta-esourcing.com/ Stage 1 (Condition of Participation) commences with the issuing of a Tender Notice published on the Central Digital Platform. The full procurement opportunity documents will be available on our Delta e Sourcing portal (-https://www.delta-esourcing.com/) using the access code VEXQSU9344",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en",
                "cy"
            ]
        },
        "expressionOfInterestDeadline": "2025-07-23T12:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-07-17T16:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-11-10T23:59:59Z"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "A-2556",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2556",
                "format": "application/pdf"
            },
            {
                "id": "A-2563",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2563",
                "format": "application/pdf"
            },
            {
                "id": "A-2564",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2564",
                "format": "application/pdf"
            },
            {
                "id": "035703-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/035703-2025",
                "datePublished": "2025-06-27T11:40:31+01:00",
                "format": "text/html"
            },
            {
                "id": "040028-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/040028-2025",
                "datePublished": "2025-07-15T14:08:26+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "GPhC is committed to ensuring that our suppliers are paid within 30days of receiving a valid invoice. Invoices shall be submitted on arrears basis following satisfactory completion and receipt of all work as determined by GPhC, and must contain: - the Contract Reference - a description of the work undertaken with date completed, including the name/department for whom the work was undertaken. - any additional expenses where applicable (fully itemised) and where these have been approved in advance (in writing) by GPhC. - all invoices should be sent to GPHC.Finance@pharmacyregulation.org"
        }
    },
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 3,
                "relatedLot": "GPhC105"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 3,
                "relatedLot": "GPhC105"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 0,
                "relatedLot": "GPhC105"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "GPhC105"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "IT Managed Services",
            "status": "pending",
            "date": "2026-01-26T00:00:00Z",
            "value": {
                "amountGross": 1517832,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PVNT-4551-BLHL",
                    "name": "OneAdvanced IT Services Limited"
                }
            ],
            "items": [
                {
                    "id": "GPhC105",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "72212730",
                            "description": "Security software development services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "72253000",
                            "description": "Helpdesk and support services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "72514000",
                            "description": "Computer facilities management services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "72600000",
                            "description": "Computer support and consultancy services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "72700000",
                            "description": "Computer network services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKC",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKD",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKE",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKF",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKG",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKH",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKI",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKJ",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "GPhC105"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-02-20T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-03-02T00:00:00Z",
                "endDate": "2029-03-01T23:59:59Z",
                "maxExtentDate": "2031-03-01T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The contract initial term is for 3 years with the option to extend for a further 2 years (12months consecutively) (3+1+1)."
            },
            "hasOptions": true,
            "options": {
                "description": "The Authority reserves the right, during the term of this Agreement, to request and procure additional goods and/or services from the Supplier where such requirements fall within the scope of this Agreement. Any additional purchases shall be subject to prior written approval by the Authority and shall be provided in accordance with the pricing, rates, service standards, and contractual provisions set out in this Agreement, unless otherwise agreed in writing by both Parties. This provision does not oblige the Authority to place any minimum level of orders, nor does it restrict the Authority's right to undertake separate procurement procedures where required to comply with applicable public-sector procurement legislation, regulatory obligations, or internal governance processes.\""
            },
            "relatedLots": [
                "GPhC105"
            ],
            "documents": [
                {
                    "id": "012497-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/012497-2026",
                    "datePublished": "2026-02-11T14:57:36Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-02-11T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-02-26T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        }
    ]
}