Annual Support for Oracle servers and storage Reference number: NSS00124

Award

Value

£59,022

Suppliers

Classifications

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

Tags

  • award
  • contract

Published

11 months ago

Description

This is a renewal of annual support for Oracle servers and storage. This covers all of the Oracle servers and storage which support the applications and systems hosted by NSS for both NSS (including SNBTS) and PHS

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Bypass the hassle of outdated portals.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

G-Cloud 15

G-Cloud 15 (GC15) is the proposed replacement for G-Cloud 14 (GC14), G-Cloud 14 Lot 4 (GC14.4) and Cloud Compute 2 (CC2). It is the largest framework of its kind in the public sector. G-Cloud spend for FY23/24 was £3.1bn and Cloud Compute was £0.5m. The Public Cloud market (in the Public Sector) is estimated to be worth £6bn in 2024 according to the Department for Science, Innovation and Technology and Government Digital Service. This includes services that have already migrated to cloud (under the Cloud first policy) and the potential for those services yet to move to cloud. G-Cloud 15 will introduce a number of further improvements, mainly focussing on increased playbook and policy compliance and intention to adopt a more traditional approach to evaluation, as seen on other CCS frameworks, these include: Leveraging the popularity of G-Cloud to incorporate Cloud Compute services which have historically been available through Cloud Compute 1 and 2, removing the need for Cloud Compute 3 Discontinuing Lot 4 and enabling both call off with and without competition in all Lots Social Value, Quality, and Price Evaluations delivered through the evaluation at scale project, pending digital enhancements Introduction of appropriate levels of Economic and Financial Standing (EFS) for each Lot in G-Cloud 15, replacing the Bronze Plus blanket approach used for G-Cloud 14. Inclusion of prompt payment and no longer needing to seek a Ministerial exemption A range of digital enhancements to improve the buyer and supplier experience and provide better quality category information.

Katy Reed

Published 7 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 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