Planning

Technology Products and Associated Services 3

CROWN COMMERCIAL SERVICE

This public procurement record has 4 releases in its history.

PlanningUpdate

05 Feb 2026 at 09:55

PlanningUpdate

20 Jan 2026 at 14:25

PlanningUpdate

18 Sep 2025 at 09:17

Planning

17 Sep 2025 at 13:22

Summary of the contracting process

The Crown Commercial Service (CCS) is leading a procurement process for the "Technology Products and Associated Services 3" framework, with a focus on various technological solutions and services. Located in Liverpool, United Kingdom, the CCS is a central government authority responsible for this initiative aimed at acquiring commercial off-the-shelf hardware and software, as well as associated services. The process is currently in the planning stage, with a preliminary market engagement notice having been published. Key upcoming milestones include a supplier engagement event set for 20th October 2025. The projected contract period begins on 31st July 2027 and ends on 30th July 2031, with potential for renewal. The estimated procurement value is £20 billion, aligning with objectives for sustainability and circular IT practices.

This tender presents significant business growth opportunities, particularly for small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs). The framework allows participation in a diverse array of categories including hardware acquisition, refurbishing, IT consulting, and maintenance services related to computers, network equipment, and audio-visual systems. Businesses specialising in these areas, and those committed to sustainability and Carbon Net Zero initiatives, will find competing in this tender rewarding. With a comprehensive range of technology services and products required, companies that can deliver innovative, sustainable solutions will be well-suited to thriving in this procurement process.

How relevant is this notice?

Notice Information

Notice Title

Technology Products and Associated Services 3

Notice Description

Please be aware that the UK1 Pipeline notice notice was published under OCID ocds-h6vhtk-054f76 This framework will allow the purchase of off the Shelf (CotS) Hardware (Technology Products), Software, and the required Associated Services: For Hardware this may be: Laptops, Mobiles, Tablets, desktop computers,smartphones, all peripherals, monitors, printers, scanners, radio frequency identification equipment and human interface devices, etc collectively broadly described as End User Computing; Servers, storage, switches, hubs, routers, back up devices, high performance computing, cloud linkage infrastructure, networking or security related hardware etc broadly described as Infrastructure Hardware Multifunction devices (MFD) such as print devices, as well as mobile devices such as smartphones, tablets, dongles and Wireless Routers (MiFi) and accessories. Tactical Communication Systems: Specialised military grade tactical communication and information systems, including Hardware, software and services. Assistive Technology or Technology Enabled Care: These products leverage various technologies to enhance safety, convenience, communication, and health management within a home environment. Hardware can be purchased in combination, outright, delivered as a service, leased, or as a utility model but will all be considered physical devices. The hardware offering will align to Carbon Net Zero, Sustainability and Circular IT objectives with the framework providing the ability to provide new or refurbished devices. For Software this may be: Software including but not limited to; commercial off the shelf software (COTS), open source software software licences. Software can be purchased full box or under subscription. Associated Services Are typically in conjunction with or in the support of hardware and software and could be; design,implementation, end user support, continuation of associated services, support and maintenance, build, imaging, warranty, service desk, installation, project management, training, leasing, security management, asset management, network infrastructure management, device as a service, recycling, disposal, data cleansing etc. Recycling services and extended / non OEM support will be available as part of this to extend life or ensure optimal disposal aligned to CNZ, Sustainability and circular IT objectives. Scope will be finalised after market engagement.

Planning Information

RM6398 TePAS 3 webpage : https://www.crowncommercial.gov.uk/agreements/RM6398 We shall be holding our first supplier event at TechUK on the 20th October 2025. We shall discuss the existing agreement and gather supplier feedback to help us build the future agreement. We will also be conducting customer webinars. These dates will be confirmed shortly.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-059c51
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010283-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME, VCSE
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

50 - Repair and maintenance services

51 - Installation services (except software)

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


CPV Codes

30100000 - Office machinery, equipment and supplies except computers, printers and furniture

30200000 - Computer equipment and supplies

48000000 - Software package and information systems

50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment

51000000 - Installation services (except software)

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
£20,000,000,000 Over £10B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Feb 20264 days ago
Submission Deadline
Not specified
Future Notice Date
31 Jan 202712 months to go
Award Date
Not specified
Contract Period
30 Jul 2027 - 30 Jul 2031 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Planning
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
CROWN COMMERCIAL SERVICE
Contact Name
Not specified
Contact Email
supplier@crowncommercial.gov.uk
Contact Phone
+44 3454102222

Buyer Location

Locality
LIVERPOOL
Postcode
L3 9PP
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
Not specified

Local Authority
Liverpool
Electoral Ward
City Centre North
Westminster Constituency
Liverpool Riverside

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-059c51-2026-02-05T09:55:50Z",
    "date": "2026-02-05T09:55:50Z",
    "ocid": "ocds-h6vhtk-059c51",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PBZB-4962-TVLR",
            "name": "Crown Commercial Service",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBZB-4962-TVLR"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "postalCode": "L3 9PP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD72"
            },
            "contactPoint": {
                "email": "supplier@crowncommercial.gov.uk",
                "telephone": "+44 3454102222"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/ccs",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PBZB-4962-TVLR",
        "name": "Crown Commercial Service"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "RM6398 TePAS 3 webpage : https://www.crowncommercial.gov.uk/agreements/RM6398 We shall be holding our first supplier event at TechUK on the 20th October 2025. We shall discuss the existing agreement and gather supplier feedback to help us build the future agreement. We will also be conducting customer webinars. These dates will be confirmed shortly.",
                "dueDate": "2026-09-30T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "057371-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/057371-2025",
                "datePublished": "2025-09-17T14:22:11+01:00",
                "format": "text/html"
            },
            {
                "id": "057592-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/057592-2025",
                "datePublished": "2025-09-18T10:17:12+01:00",
                "format": "text/html"
            },
            {
                "id": "004875-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/004875-2026",
                "datePublished": "2026-01-20T14:25:54Z",
                "format": "text/html"
            },
            {
                "id": "010283-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/010283-2026",
                "datePublished": "2026-02-05T09:55:50Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "RM6398",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Technology Products and Associated Services 3",
        "description": "Please be aware that the UK1 Pipeline notice notice was published under OCID ocds-h6vhtk-054f76 This framework will allow the purchase of off the Shelf (CotS) Hardware (Technology Products), Software, and the required Associated Services: For Hardware this may be: Laptops, Mobiles, Tablets, desktop computers,smartphones, all peripherals, monitors, printers, scanners, radio frequency identification equipment and human interface devices, etc collectively broadly described as End User Computing; Servers, storage, switches, hubs, routers, back up devices, high performance computing, cloud linkage infrastructure, networking or security related hardware etc broadly described as Infrastructure Hardware Multifunction devices (MFD) such as print devices, as well as mobile devices such as smartphones, tablets, dongles and Wireless Routers (MiFi) and accessories. Tactical Communication Systems: Specialised military grade tactical communication and information systems, including Hardware, software and services. Assistive Technology or Technology Enabled Care: These products leverage various technologies to enhance safety, convenience, communication, and health management within a home environment. Hardware can be purchased in combination, outright, delivered as a service, leased, or as a utility model but will all be considered physical devices. The hardware offering will align to Carbon Net Zero, Sustainability and Circular IT objectives with the framework providing the ability to provide new or refurbished devices. For Software this may be: Software including but not limited to; commercial off the shelf software (COTS), open source software software licences. Software can be purchased full box or under subscription. Associated Services Are typically in conjunction with or in the support of hardware and software and could be; design,implementation, end user support, continuation of associated services, support and maintenance, build, imaging, warranty, service desk, installation, project management, training, leasing, security management, asset management, network infrastructure management, device as a service, recycling, disposal, data cleansing etc. Recycling services and extended / non OEM support will be available as part of this to extend life or ensure optimal disposal aligned to CNZ, Sustainability and circular IT objectives. Scope will be finalised after market engagement.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30100000",
                        "description": "Office machinery, equipment and supplies except computers, printers and furniture"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50300000",
                        "description": "Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51000000",
                        "description": "Installation services (except software)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 24000000000,
            "amount": 20000000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-07-31T00:00:00+01:00",
                    "endDate": "2031-07-30T23:59:59+01:00",
                    "maxExtentDate": "2031-08-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "planning"
            }
        ],
        "communication": {
            "futureNoticeDate": "2027-01-31T23:59:59Z"
        },
        "status": "planning",
        "amendments": [
            {
                "id": "004875-2026",
                "description": "Text added to description stating that the UK1 Pipeline notice notice was published under OCID ocds-h6vhtk-054f76"
            }
        ]
    },
    "language": "en"
}