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.

Similar Contracts

Open

Ticket Protection

LNER is committed to not only revolutionising how we deliver rail services but also enriching the end-to-end travel experience for our customers. Recognising the evolving needs of travellers, we aim to integrate relevant travel essentials at every stage of the journey, ensuring it feels effortless and tailored to individual needs. LNER is exploring a new Ticket Protection product to give customers greater flexibility and confidence when booking rail journeys. For a small fee, passengers would be able to protect their ticket purchase and claim a refund if they are unable to travel due to eligible, unforeseen events. Project Overview The goal is to offer a simple, customer-friendly add-on during the booking journey, giving Page 2 to 5 passengers peace of mind and a fair refund option outside standard rail refund rules. We are particularly interested in an MVP that can: • Offer fixed-price protection for a limited number of ticket types. • Provide refund fulfilment of this protection to customers. • Be fully branded and configurable by LNER. • Collect Data and relevant analytics on uptake and usage to inform future development and customer behavior. What We're Looking for in a Partner • Provide an out-of-the-box or white-labelled solution that offers Ticket Protection • Ability to deliver an FCA-regulated protection product. • A straightforward, low-friction customer experience. • Clear terms and conditions presented at purchase to customers. • Integration with LNER's digital booking flow. • A supplier who will handle underwriting, claims and customer contact. • Integrate with our back-end fulfilment, CRM, and payment systems • Provide configurable rules (e.g. protection applies to journeys up to X hours before departure)

Katy Reed

Published 1 day ago
Open

The Latymer School Lettings Service Contract

SSC Partnership (an Agent) working on behalf of The Latymer School (the Authority) are currently out to tender for the provision of school lettings management services. The Company will be responsible for the full administration and operational management of community lettings across the Authority’s facilities, ensuring that all activities are delivered safely, efficiently, and in line with the Authority’s safeguarding, educational, and community objectives. The Authority will sign a contract with the successful Company for a period of 36 Months (3 Years) with the option to extend it for up to a further 24 Months (2 Years). It is expected that the contract will commence 1st March 2026. The Procurement is being run under the open procedure. Any interested organisation/consortium may submit a Bid in response to this ITT. The Company shall prepare and submit its tender considering the entire tender package. The requirements for a valid submission of tenders are outlined in the tender documentation including the scope of works and specification of service. Arrangements will be made for Companies to visit the school and view the current facilities to obtain a better understanding of the layout and any other relevant information to help in putting together tender bids. The site visit is planned to take place on 4th December 2025. Companies should limit their attendance to two representatives. Companies will not be able to take photographs during site visits without the consent of the Authority. Please register for the site visit through the correspondence functionality on the tendering portal (https://in-tendhost.co.uk/sscpartnership), including the name and roles of the representatives who will be attending by no later than 12 noon, 3rd December 2025. Tenders will be evaluated using a method known as MAT (most advantageous tender). There will be mandatory and desirable requirements. Mandatory requirements are stipulations which must be present, or the tender will be eliminated from the evaluation. Desirable characteristics are elements of the tender which are to be scored by the Authority. Tenders and all associated documents must be submitted electronically via the e tendering portal: https://in-tendhost.co.uk/sscpartnership. Companies that are not registered will need to complete the supplier's application. If there are any issues with the access or submission of documents Companies can contact the In-Tend Support team at [email protected] or on 0845 557 8079 / +44 (0) 114 407 0065. Full details are disclosed within the tender documentation. Suppliers that would like to take part in this tender process are invited to "Express Interest" upon which the will be given access to the full tender documentation delivery through this e-tendering system. When the tender documents have been made available involved suppliers will receive notification via email and the tender documents can be accessed from the "My Tenders" area of this website and selecting the "View Details" button of this project. The deadline for submissions of the tender will be 22nd December 2025.

Katy Reed

Published 1 day 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