Published date: 14 January 2022

Last edited date: 17 January 2022

This notice was replaced on 12 August 2022

This notice does not contain the most up-to-date information about this procurement. The most recent notice is:

Awarded contract (published 7 April 2023, last edited 21 November 2023)

Closed future opportunity - This means that a potential contract has passed its approach to market date. A buyer can choose to consider any supplier interest or convert this notice into an opportunity ready for live procurement.


Contract summary

Industry

  • Library software package - 48160000

  • Compliance software package - 48170000

  • Medical software package - 48180000

    • Educational software package - 48190000

    • Transaction-processing software package - 48217000

    • Document management software package - 48311000

    • Scheduling software package - 48332000

    • Business transaction and personal business software package - 48400000

    • Communication and multimedia software package - 48500000

    • Database and operating software package - 48600000

    • System, storage and content management software package - 48780000

    • Passenger information system - 48813000

    • Medical information systems - 48814000

    • Miscellaneous software package and computer systems - 48900000

    • Digital mapping services - 71354100

    • Technical support services - 71356300

    • Urban planning and landscape architectural services - 71400000

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

    • Environmental information systems - 90714100

Location of contract

United Kingdom

Value of contract

£1,840,000,000

Procurement reference

RM6259

Published date

14 January 2022

Approach to market date

20 June 2022

Contract start date

1 February 2023

Contract end date

1 August 2025

Procedure type

Open procedure (above threshold)

Any interested supplier may submit a tender in response to an opportunity notice.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

Yes


Description

Crown Commercial Service (CCS) as the Authority intends to put in place a pan-Government Collaborative Agreement for the provision of Vertical Application Solutions to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations. It is intended that this commercial agreement will be the recommended vehicle for all who require software that was developed to meet the needs of their particular industry, as well as the associated essential hardware and professional services required to deliver the relevant software solution, in one procurement.


More information

Spend profile

This table displays the spend profile of the notice
Financial year Budget
2023/2024 £460,000,000
2024/2025 £460,000,000
2025/2026 £460,000,000
2026/2027 £460,000,000

Links

Additional text

Crown Commercial Service invites suggestions and feedback on the proposed structure of the Vertical Application Solutions structure, service lines or processes detailed in the lots from the market including industry experts, specialists and suppliers.

To participate in market engagement please email technologysolutions@crowncommercial.gov.uk with any suggestions and/or feedback in your email, along with the following details:
1. Organisation name
2. Contact name
3. Job title of contact (including responsibility within your organisation)
4. Contact phone number
5. Contact email
6. Organisation website link

Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk.

Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.

The value in II.1.5 is an indicative value over 4 years.

The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/RM6259 for updates and monitor Tenders Electronic Daily for the publication of the contract notice.


The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.

To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials Plus certified for the services under and in connection with the procurement.

[The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials Plus Scheme for services under and in connection with this procurement.

The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the Vertical Application Solutions Schedule, "Security Requirement and Plan", to meet Framework Agreement requirements. This will be released at the ITT stage.

The estimated date of contract publication in section II.3 is subject to change based on Cabinet Office governance approvals.


About the buyer

Contact name

The Minister for the Cabinet Office acting through Crown Commercial Service

Address

9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
England

Telephone

+44 3450103503

Email

supplier@crowncommercial.gov.uk

Website

https://www.gov.uk/ccs