Crown Hosting II

Award

Value

£250,000,000

Classifications

  • Non-residential property renting or leasing services
  • Computer equipment and supplies
  • Electrical machinery, apparatus, equipment and consumables; lighting
  • Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • Special-purpose electrical goods
  • Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • Repair and maintenance services of security and defence materials
  • Repair and maintenance services of building installations
  • Installation services (except software)
  • Installation services of computers and office equipment
  • Telecommunications services
  • Electricity distribution and related services
  • Other sources of energy supplies and distribution
  • Meter reading service
  • Real estate services
  • Industrial property services
  • IT services: consulting, software development, Internet and support
  • Investigation and security services
  • Cleaning and sanitation services
  • Closed circuit television services
  • Other services
  • Decommissioning services
  • Relocation services

Tags

  • award
  • contract

Published

3 years ago

Description

This single supplier framework relates to the rental of managed premises (data centre colocation facilities) and provision of associated products and services. Specifically, rental of highly secure premises across at least three locations separated by no less than 15km, suitable for HMG data at all security classifications and critical to the continued running of the nation. Associated products and services will include; data network connectivity on-site, between and from Crown Hosting Data Centres, on-site assistance to remote IT service personnel, ICT relocation services and procurement assistance.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Print Fulfilment and Mailing Hub Framework Agreement

**Documents relating to this Tender can be found at https://www.mytenders.co.uk/ ** Please note if you are not already registered you will be required to register to use the search function. EEM seek to put in place a fully managed, neutral vendor National framework providing public sector bodies with a single, easy-to-use portal to procure Print, Fulfilment, and Mailing goods and services. From printed materials and bulk mailings to secure document fulfilment, buyers can access a wide range of suppliers through one streamlined digital platform-ensuring compliance, cost efficiency, and service flexibility for a period of 48 months. Full details of the framework scope are set out in the specification. The Framework Agreement will be open for use by all Public Sector organisations within the United Kingdom. The Indicative total contract value of this Framework Agreement over the full term of the contract has been calculated to be £30,000,000. EEM does not guarantee any volumes of business in respect of this Framework Agreement and any figures detailed as part of this ITT are estimates for information purposes only. EEM is seeking to establish a single-supplier Framework Agreement with a Neutral Vendor responsible for delivering a fully managed, end-to-end procurement portal for the provision of Print, Fulfilment and Mailing Services. This Framework is designed to offer public sector buyers a centralised online platform through which they can access a wide range of compliant and competitively priced services, delivered by an ecosystem of pre-approved supply chain partners managed by the Neutral Vendor. The appointed Neutral Vendor will act as the single point of access for all services under the Framework, ensuring a streamlined, transparent and efficient procurement route. The Neutral Vendor will be responsible for managing supplier relationships, service delivery, reporting, and quality assurance across all lots and service categories. This approach ensures flexibility and choice for Contracting Authorities, while reducing administrative burden and maximising value for money. The objectives of the Framework are: 1. Provide a single point of access for public bodies to procure print, fulfilment and mailing services efficiently. 2. Ensure a fully managed service, where the vendor oversees supplier management, order processing, and reporting. 3. Enhance transparency and cost efficiency by allowing price comparisons and budget tracking. 4. Promote sustainability and digital transformation by offering paperless workflows and eco-friendly procurement options. 5. Improve service accessibility through a user-friendly digital platform with real-time tracking and analytics. The appointed vendor will be responsible for: 1. Developing and maintaining a procurement portal to facilitate seamless transactions. 2. Onboarding and managing suppliers across different print, fulfilment and mailing service categories. 3. Ensuring compliance with public sector procurement regulations and required data standards. 4. Providing customer support and training for buyers and suppliers using the platform. 5. Delivering analytics and reporting capabilities for spend analysis, usage tracking, and sustainability metrics. EEM considers this Framework will help: 1. Enable EEM members, whether existing or future, and the wider public sector to call off services in an efficient and compliant way. 2. Provide access to a vetted list of suppliers, significantly reducing the time and effort needed to conduct individual procurements. 3. Ensure that all purchases meet legal and regulatory requirements, such as the Procurement Act 2023. 4. Provide better value to the buyer by creating a fairer and more efficient supply chain, whilst consolidating purchasing power to negotiate better pricing and terms. 5. Provide clear, pre-negotiated pricing structures, enabling buyers to achieve greater value for money. 6. Ensure access to cutting-edge and specialised solutions. 7. Allows buyers to better manage their purchases in line with ever changing requirements. 8. Encourages greater innovation and quality by providing access to innovative products and services, including from niche vendors, ensuring buyers can procure the latest technology, solutions and services. 9. Promote competition among suppliers, driving competition and higher quality standards. 10. Reduce procurement risks by offering contracts with established suppliers that adhere to framework terms and conditions.

Katy Reed

Published 12 hours ago
Open

Print Fulfilment and Mailing Hub Framework Agreement

**Documents relating to this Tender can be found at https://www.mytenders.co.uk/ ** Please note if you are not already registered you will be required to register to use the search function. EEM seek to put in place a fully managed, neutral vendor National framework providing public sector bodies with a single, easy-to-use portal to procure Print, Fulfilment, and Mailing goods and services. From printed materials and bulk mailings to secure document fulfilment, buyers can access a wide range of suppliers through one streamlined digital platform-ensuring compliance, cost efficiency, and service flexibility for a period of 48 months. Full details of the framework scope are set out in the specification. The Framework Agreement will be open for use by all Public Sector organisations within the United Kingdom. The Indicative total contract value of this Framework Agreement over the full term of the contract has been calculated to be £30,000,000. EEM does not guarantee any volumes of business in respect of this Framework Agreement and any figures detailed as part of this ITT are estimates for information purposes only. EEM is seeking to establish a single-supplier Framework Agreement with a Neutral Vendor responsible for delivering a fully managed, end-to-end procurement portal for the provision of Print, Fulfilment and Mailing Services. This Framework is designed to offer public sector buyers a centralised online platform through which they can access a wide range of compliant and competitively priced services, delivered by an ecosystem of pre-approved supply chain partners managed by the Neutral Vendor. The appointed Neutral Vendor will act as the single point of access for all services under the Framework, ensuring a streamlined, transparent and efficient procurement route. The Neutral Vendor will be responsible for managing supplier relationships, service delivery, reporting, and quality assurance across all lots and service categories. This approach ensures flexibility and choice for Contracting Authorities, while reducing administrative burden and maximising value for money. The objectives of the Framework are: 1. Provide a single point of access for public bodies to procure print, fulfilment and mailing services efficiently. 2. Ensure a fully managed service, where the vendor oversees supplier management, order processing, and reporting. 3. Enhance transparency and cost efficiency by allowing price comparisons and budget tracking. 4. Promote sustainability and digital transformation by offering paperless workflows and eco-friendly procurement options. 5. Improve service accessibility through a user-friendly digital platform with real-time tracking and analytics. The appointed vendor will be responsible for: 1. Developing and maintaining a procurement portal to facilitate seamless transactions. 2. Onboarding and managing suppliers across different print, fulfilment and mailing service categories. 3. Ensuring compliance with public sector procurement regulations and required data standards. 4. Providing customer support and training for buyers and suppliers using the platform. 5. Delivering analytics and reporting capabilities for spend analysis, usage tracking, and sustainability metrics. EEM considers this Framework will help: 1. Enable EEM members, whether existing or future, and the wider public sector to call off services in an efficient and compliant way. 2. Provide access to a vetted list of suppliers, significantly reducing the time and effort needed to conduct individual procurements. 3. Ensure that all purchases meet legal and regulatory requirements, such as the Procurement Act 2023. 4. Provide better value to the buyer by creating a fairer and more efficient supply chain, whilst consolidating purchasing power to negotiate better pricing and terms. 5. Provide clear, pre-negotiated pricing structures, enabling buyers to achieve greater value for money. 6. Ensure access to cutting-edge and specialised solutions. 7. Allows buyers to better manage their purchases in line with ever changing requirements. 8. Encourages greater innovation and quality by providing access to innovative products and services, including from niche vendors, ensuring buyers can procure the latest technology, solutions and services. 9. Promote competition among suppliers, driving competition and higher quality standards. 10. Reduce procurement risks by offering contracts with established suppliers that adhere to framework terms and conditions.

Katy Reed

Published 12 hours ago
Open

Outdoor Fitness and Recreation Equipment Installation (Calisthenics Rig, Multi-Use Games Area Upgrade, and Rebound Wall)

North Mundham Parish Council invites tenders for the design, supply, and installation of outdoor recreational equipment at North Mundham Playing Field, School Lanen North Mundham, Chichester, West Sussex, PO20 1LA. The project includes: • A calisthenics rig under 4 metres high • An upgrade to the existing Multi-Use Games Area (MUGA) • Installation of a rebound wall with graphics 2. Project Scope A. Calisthenics Rig The rig must: • Be no higher than 4 metres • Be installed on grass matting that meets safety and durability standards • Be constructed from galvanised steel • Include the following features: o Monkey bars o Hoop (e.g., gymnastic ring or circular climbing element) o Activity generator (multi-functional element to encourage varied movement) • Be designed with a female-friendly specification, including: o Ergonomic grip sizes o Accessible height options o Inclusive design features to encourage participation across genders B. Multi-Use Games Area (MUGA) Upgrade The existing MUGA space measures 8.95m x 22.95m. The upgrade must include: • Use of the existing floor space • Installation of fencing: o Side fencing height: 2 metres o End fencing height to incorporate:  Entrance via goal  Basketball hoop • Line markings for multiple sports (e.g., football, basketball, netball) • Replacement and disposal of existing goals, hoops, and fencing C. Rebound Wall A rebound wall must be installed adjacent to the existing tennis court. It must include: • Durable construction suitable for outdoor use • Graphics featuring: o A target o Cricket stumps • Design that encourages ball games and skill development 3. Contractor Responsibilities • Site preparation and groundworks • Supply and installation of all equipment and materials • Compliance with all relevant safety standards (e.g., BS EN 1176/1177) • Post-installation inspection and certification • Provision of maintenance and warranty documentation 4. Tender Submission Requirements Submissions must include: • Detailed design proposals and technical specifications • Visuals or concept drawings • Installation timeline and project milestones • Total cost breakdown (separately identifying VAT where applicable) • Evidence of relevant experience and qualifications • Health & safety compliance documentation • Warranty and aftercare details • Evidence of waste disposal licence 5. Evaluation Criteria Tenders will be evaluated based on: • Compliance with specifications • Quality and durability of materials • Safety and inclusivity features • Cost-effectiveness • Proposed timeline • Supplier experience and references 6. Site Visit Interested contractors are encouraged to arrange a site visit prior to submission. Please contact Louise Chater to schedule. 7. Submission Deadline All tenders must be submitted by 11:59pm 15th December 2025 to: [email protected] or North Mundham Parish Council, 1 Charlmead, East Wittering, Chichester, West Sussex, PO20 8DN 8. Contact Information For further information or to arrange a site visit, please contact: Louise Chater [email protected] 01243 203050

Katy Reed

Published 12 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete