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 ServicesProvision 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
-
https://www.find-tender.service.gov.uk/Notice/004110-2026
16th January 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/047408-2025
8th August 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/024892-2025
22nd May 2025 - Pipeline notice on Find a Tender
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-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"
}