Tender

Provision of Software, Hardware and Specialist Technical Services

FCDO SERVICES

This public procurement record has 3 releases in its history.

Tender

16 Jan 2026 at 18:39

Planning

08 Aug 2025 at 15:15

Planning

22 May 2025 at 12:56

Summary of the contracting process

FCDO Services is currently at the tender stage for a significant procurement process titled "Provision of Software, Hardware and Specialist Technical Services." This process involves two lots: Lot 1 for software and associated services, Lot 2 for hardware and its related services. The procurement aims to identify suppliers that can provide IT software packages, hardware consultancy, and related services across multiple regions in the United Kingdom. With a gross value of £84,000,000, the tender is conducted through an open procedure, with submissions allowed until 20 February 2026. The procurement is segmented into a framework agreement, offering potential suppliers a competitive process to secure contracts and become part of this substantial framework.

This tender presents significant growth opportunities for businesses, particularly those that can offer comprehensive IT solutions, including COTS software, software licenses, end-user devices, infrastructure hardware, and technical services. Companies specialising in software programming, consultancy, hardware consultancy, and commoditised IT products are well-suited to compete. SMEs are encouraged to apply, with the chance to secure significant contracts and partner with central government agencies, enhancing their market presence and fostering long-term partnerships within the public sector. The framework agreement structure allows multiple qualified suppliers to participate, ensuring diverse expertise and fostering competitive pricing and service quality.

How relevant is this notice?

Notice Information

Notice Title

Provision of Software, Hardware and Specialist Technical Services

Notice Description

Lot 1 will be awarded to a Single Supplier for the provision of Software to include, (but not limited to) Commercial off the Shelf Software (COTS Software), Software Licenses, and Associated Specialist Technical Services. Software procured by the Authority is used to support both the internal business requirements and to underpin the services offered to customers. It is therefore critical that the successful Supplier provides not only the software as and when requested but becomes a valued partner in ensuring the Authority's compliance, technical stability and Supplier of choice in its chosen marketplace. Lot 2 will be awarded to a maximum of 3 Suppliers and will be for the provision of (but not limited to); End User Devices, Infrastructure Hardware, Consumables and Peripheral Equipment with Associated Support and Specialist Technical Services. Suppliers must have the capability to offer a range of commoditised IT products. If a Bidder is successful for Lot 2 - Hardware & Associated Specialist Technical Services following a competitive process, that Bidder will be awarded a place on the framework as one of the three highest ranked bidders identified following evaluation.

Lot Information

Software and Associated Specialist Technical Services

Provision of Software to include, (but not limited to) Commercial off the Shelf Software (COTS Software), Software Licenses, and Associated Specialist Technical Services. Software procured by the Authority is used to support both the internal business requirements and to underpin the services offered to customers. It is therefore critical that the successful Supplier provides not only the software as and when requested but becomes a valued partner in ensuring the Authority's compliance, technical stability and Supplier of choice in its chosen marketplace.

Renewal: * The Framework will be awarded for a period of three (3) years from the Framework Agreement Commencement Date ("The Initial Framework Period"). * The Framework may be extended on the same terms and conditions at the authority's discretion for a further period of one (1) year. * The maximum duration of the Framework will therefore be four (4) years from the Framework Agreement Commencement Date.

Lot 2 - Hardware and Associated Specialist Technical Services

Provision of (but not limited to); End User Devices, Infrastructure Hardware, Consumables and Peripheral Equipment with Associated Support and Specialist Technical Services. Suppliers must have the capability to offer a range of commoditised IT products.

Renewal: * The Framework will be awarded for a period of three (3) years from the Framework Agreement Commencement Date ("The Initial Framework Period"). * The Framework may be extended on the same terms and conditions at the authority's discretion for a further period of one (1) year. * The maximum duration of the Framework will therefore be four (4) years from the Framework Agreement Commencement Date.

Planning Information

FCDOS Services wish to carry out some preliminary market engagement to understand the numbers and types of suppliers who would be interested in this HW/SW/PS Framework opportunity. To facilitate the goals of the engagement, interested parties should email FCDOS.ICTCategory@fcdo.gov.uk by COP on the 22nd of August 25 if you are able to source/provide. To be clear the information received will not be scored at this time, however full tender documentation will follow in due course. Next steps - A further Request for information (RFI) will be issued on the 29th of August 25 with a closing date of the 12th of September 25.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-051de6
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/004110-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

30 - Office and computing machinery, equipment and supplies except furniture and software packages

48 - Software package and information systems

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


CPV Codes

30000000 - Office and computing machinery, equipment and supplies except furniture and software packages

48517000 - IT software package

72100000 - Hardware consultancy services

72200000 - Software programming and consultancy services

Notice Value(s)

Tender Value
£70,000,000 £10M-£100M
Lots Value
£70,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Jan 20263 days ago
Submission Deadline
20 Feb 20262 months to go
Future Notice Date
1 Sep 2025Expired
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
FCDO SERVICES
Contact Name
Not specified
Contact Email
purchasingenquiries@fcdo.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
MILTON KEYNES
Postcode
MK19 7BH
Post Town
Milton Keynes
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ12 Milton Keynes
Delivery Location
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLI London, TLJ South East (England), TLK South West (England)

Local Authority
Milton Keynes
Electoral Ward
Newport Pagnell North & Hanslope
Westminster Constituency
Milton Keynes North

Further Information

Notice Documents

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-051de6-2026-01-16T18:39:36Z",
    "date": "2026-01-16T18:39:36Z",
    "ocid": "ocds-h6vhtk-051de6",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "024892-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/024892-2025",
                "datePublished": "2025-05-22T13:56:20+01:00",
                "format": "text/html"
            },
            {
                "id": "047408-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/047408-2025",
                "datePublished": "2025-08-08T16:15:03+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "FCDOS Services wish to carry out some preliminary market engagement to understand the numbers and types of suppliers who would be interested in this HW/SW/PS Framework opportunity. To facilitate the goals of the engagement, interested parties should email FCDOS.ICTCategory@fcdo.gov.uk by COP on the 22nd of August 25 if you are able to source/provide. To be clear the information received will not be scored at this time, however full tender documentation will follow in due course. Next steps - A further Request for information (RFI) will be issued on the 29th of August 25 with a closing date of the 12th of September 25.",
                "dueDate": "2025-09-30T23:59:59+01:00",
                "status": "scheduled"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PXRT-4666-VHHJ",
            "name": "FCDO Services",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXRT-4666-VHHJ"
            },
            "address": {
                "streetAddress": "Hanslope Park",
                "locality": "Milton Keynes",
                "postalCode": "MK19 7BH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ12"
            },
            "contactPoint": {
                "email": "purchasingenquiries@fcdo.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.fcdoservices.gov.uk/",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PXRT-4666-VHHJ",
        "name": "FCDO Services"
    },
    "tender": {
        "id": "XLYPA/112/25ADO",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Provision of Software, Hardware and Specialist Technical Services",
        "description": "Lot 1 will be awarded to a Single Supplier for the provision of Software to include, (but not limited to) Commercial off the Shelf Software (COTS Software), Software Licenses, and Associated Specialist Technical Services. Software procured by the Authority is used to support both the internal business requirements and to underpin the services offered to customers. It is therefore critical that the successful Supplier provides not only the software as and when requested but becomes a valued partner in ensuring the Authority's compliance, technical stability and Supplier of choice in its chosen marketplace. Lot 2 will be awarded to a maximum of 3 Suppliers and will be for the provision of (but not limited to); End User Devices, Infrastructure Hardware, Consumables and Peripheral Equipment with Associated Support and Specialist Technical Services. Suppliers must have the capability to offer a range of commoditised IT products. If a Bidder is successful for Lot 2 - Hardware & Associated Specialist Technical Services following a competitive process, that Bidder will be awarded a place on the framework as one of the three highest ranked bidders identified following evaluation.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48517000",
                        "description": "IT software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72200000",
                        "description": "Software programming and consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "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": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30000000",
                        "description": "Office and computing machinery, equipment and supplies except furniture and software packages"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72100000",
                        "description": "Hardware consultancy 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": "2"
            }
        ],
        "value": {
            "amountGross": 84000000,
            "amount": 70000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "goods",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "method": "withAndWithoutReopeningCompetition",
                "type": "open",
                "buyerLocationRestrictions": [
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UKC"
                            ]
                        }
                    },
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UKD"
                            ]
                        }
                    },
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UKE"
                            ]
                        }
                    },
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UKF"
                            ]
                        }
                    },
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UKG"
                            ]
                        }
                    },
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UKH"
                            ]
                        }
                    },
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UKI"
                            ]
                        }
                    },
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UKJ"
                            ]
                        }
                    },
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UKK"
                            ]
                        }
                    }
                ],
                "buyerCategories": "FCDO Services and associated customers. (To include other central government agencies, arm length organisations and similar entities.)",
                "description": "Lot 1 - Prices will be provided on either a fixed basis, against a catalogue of goods or on demand against a statement of requirement. Lot 2 - Prices will be provided on either a fixed basis, against a catalogue of goods or on following a mini competition."
            }
        },
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2029-03-31T23:59:59+01:00",
                    "maxExtentDate": "2030-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "title": "Software and Associated Specialist Technical Services",
                "description": "Provision of Software to include, (but not limited to) Commercial off the Shelf Software (COTS Software), Software Licenses, and Associated Specialist Technical Services. Software procured by the Authority is used to support both the internal business requirements and to underpin the services offered to customers. It is therefore critical that the successful Supplier provides not only the software as and when requested but becomes a valued partner in ensuring the Authority's compliance, technical stability and Supplier of choice in its chosen marketplace.",
                "value": {
                    "amountGross": 36000000,
                    "amount": 30000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "renewal": {
                    "description": "* The Framework will be awarded for a period of three (3) years from the Framework Agreement Commencement Date (\"The Initial Framework Period\"). * The Framework may be extended on the same terms and conditions at the authority's discretion for a further period of one (1) year. * The maximum duration of the Framework will therefore be four (4) years from the Framework Agreement Commencement Date."
                }
            },
            {
                "id": "2",
                "title": "Lot 2 - Hardware and Associated Specialist Technical Services",
                "description": "Provision of (but not limited to); End User Devices, Infrastructure Hardware, Consumables and Peripheral Equipment with Associated Support and Specialist Technical Services. Suppliers must have the capability to offer a range of commoditised IT products.",
                "status": "active",
                "value": {
                    "amountGross": 48000000,
                    "amount": 40000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2029-03-31T23:59:59+01:00",
                    "maxExtentDate": "2030-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "* The Framework will be awarded for a period of three (3) years from the Framework Agreement Commencement Date (\"The Initial Framework Period\"). * The Framework may be extended on the same terms and conditions at the authority's discretion for a further period of one (1) year. * The maximum duration of the Framework will therefore be four (4) years from the Framework Agreement Commencement Date."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-09-01T23:59:59+01:00"
        },
        "status": "active",
        "aboveThreshold": true,
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "additionalProcurementCategories": [
            "services"
        ],
        "submissionMethodDetails": "https://fcdo.bravosolution.co.uk/web/login.html",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-20T12:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-13T23:59:59Z"
        },
        "awardPeriod": {
            "endDate": "2026-03-06T23:59:59Z"
        },
        "lotDetails": {
            "awardCriteriaDetails": "Lot 1 will be awarded to a Single Supplier for the provision of Software to include, (but not limited to) Commercial off the Shelf Software (COTS Software), Software Licenses, and Associated Specialist Technical Services. Software procured by the Authority is used to support both the internal business requirements and to underpin the services offered to customers. It is therefore critical that the successful Supplier provides not only the software as and when requested but becomes a valued partner in ensuring the Authority's compliance, technical stability and Supplier of choice in its chosen marketplace. Lot 2 will be awarded to a maximum of 3 Suppliers and will be for the provision of (but not limited to); End User Devices, Infrastructure Hardware, Consumables and Peripheral Equipment with Associated Support and Specialist Technical Services. Suppliers must have the capability to offer a range of commoditised IT products. If a Bidder is successful for Lot 2 - Hardware & Associated Specialist Technical Services following a competitive process, that Bidder will be awarded a place on the framework as one of the three highest ranked bidders identified following evaluation."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "url": "https://fcdo.bravosolution.co.uk/web/login.html"
            },
            {
                "id": "004110-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/004110-2026",
                "datePublished": "2026-01-16T18:39:36Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}