Changeflow GovPing Trade & Sanctions IT Hardware, ITAD and Associated Services Frame...
Routine Notice Added Final

IT Hardware, ITAD and Associated Services Framework Agreement

Favicon for www.find-tender.service.gov.uk Find a Tender - Latest Notices
Published April 1st, 2026
Detected April 1st, 2026
Email

Summary

Kent County Council published a contract details notice under the Procurement Act 2023 for an IT Hardware and ITAD Services framework agreement valued at £300 million. The notice covers three lots: new IT hardware, remanufactured and refurbished IT hardware, and IT asset disposition services. The framework lists 26 pre-approved suppliers across 49 total contract awards.

What changed

Kent County Council has published a Contract Details Notice (Notice ID: 2026/S 000-030609) under the Procurement Act 2023 for an IT Hardware, ITAD and Associated Services framework agreement worth £300 million. The framework is divided into three lots: Lot 1 for new IT hardware (18 suppliers), Lot 2 for remanufactured and refurbished IT hardware (18 suppliers), and Lot 3 for IT asset disposition services (13 suppliers). The Open Contracting ID is ocds-h6vhtk-055242.

Technology companies and IT service providers should monitor this framework for participation opportunities. Suppliers already listed on the framework should review their contract terms and delivery obligations. This notice represents the formal establishment of the contractual arrangements following the procurement process under the Procurement Act 2023.

Source document (simplified)

Contract

IT Hardware, ITAD and Associates Services

Notice identifier: 2026/S 000-030609

Procurement identifier (OCID): ocds-h6vhtk-055242 (view related notices)

Published 1 April 2026, 5:21pm

Watch this notice

Contents

Scope Lots (3)
- Lot Lot 1. New IT Hardware
- Lot 2. Remanufactured and Refurbished IT Hardware
- Lot 3. IT Asset Disposition
Framework Contracts (3)
- Contract 1. IT Hardware (18 suppliers)
- Contract 2. Remanufactured and Refurbished IT Hardware (18 suppliers)
- Contract 3. IT Asset Disposition (13 suppliers)
Other information Procedure Suppliers (26)
- Academia Ltd
- Ayoo Services Limited
- Bytes Software Services
- CAE Technology Services Ltd
- CDW Limited
- Centerprise International Ltd
- Digital Devices
- IDNS Ltd
- Insight Direct (UK) ltd
- Medhurst Communications
- MTI Technology LTD
- Phoenix Software Ltd
- Pure IT Refurbished
- Rebuyer Ltd (t/a BornGood)
- Reconome
- Softcat Ltd
- Specialist Computer Centres plc
- Stone Technologies Ltd
- Storm Technologies
- Sync (A Trading Name of GBM Digital Technologies Ltd)
- Teqex Ltd
- The DMS Digital Group Ltd
- Tier 1 Asset Management Ltd
- Trams Ltd (Econocom)
- Ultima Business Solutions
- XMA Ltd
Contracting authority

Download

Share this notice

Description

The Framework covers the provision of a full range of IT hardware including, but not limited to, new, refurbished and remanufactured IT hardware and IT Asset Disposition of the following goods, end user devices, AI hardware, technology infrastructure, consumables an peripheral equipment. A Preliminary Market Engagement Notice was not issued as it took place prior to the Procurement Act 2023 coming into force and therefore it was not possible.

Commercial tool

Establishes a framework

Lot Lot 1. New IT Hardware

Description

All products supplied and delivered via this Lot must be New and accompanied by the manufacturer's warranty.

Lot 2. Remanufactured and Refurbished IT Hardware

Description

All products supplied and delivered via this Lot must be Remanufactured or Refurbished Hardware.

Lot 3. IT Asset Disposition

Description

This Lot covers secure and compliant disposal, and asset remarketing and recovery for IT equipment. Services include, but are not limited to: data wiping, secure storage and transportation, hardware destruction and disposal, on-site decommissioning and reporting. This is all in compliance with all current regulations such as WEEE, GDPR and NCSC Secure Sanitisation Guidance.

Framework

Maximum percentage fee charged to suppliers

1%

Framework operation description

Call-off contracts may be awarded with or without competition between Suppliers on the Framework.

Further Competition (competitive selection process):

A Further Competition process is used where Customers carry out a competition for the award of a Call-Off Contract. The selection process for awarding Call-Off Contracts must be set out in the Framework and is as follows:

•The Customer must invite all Suppliers on the Framework who are deemed capable of delivering the particular requirement.

•The Customer shall be responsible for formulating a specification/product brief containing full details of the goods/services required.

•The Customer will send the specification/product brief to all Suppliers quoting the Framework reference number. A reasonable and proportionate time limit should be set for the submission of fully completed Bid responses.

•Responses received must be unopened until the designated closing date and time for final submissions has passed. Responses received after the specified date and time should be rejected unopened.

•The submitted response shall be evaluated in accordance with the criteria stated in the original specification/product brief. The headline criteria used must be the same as the headline criteria used for the original Framework or part thereof, but the Customer may change the weightings and add their own sub-criteria to apply.

•The Bidders must be advised of the result in writing. Customers are not required to provide Suppliers with an assessment summary however, they are encouraged to do so as a matter of best practice.

•A voluntary standstill period of no less than 8 working days beginning with the day on which the contract ward notice is published must be completed before entering into the Call-Off Contract

Conditions of Participation

Under this Framework a Further Competition process provides for conditions of participation if the Customer is satisfied that the conditions are a proportionate means of ensuring that Suppliers party to the Framework have

othe legal and financial capacity to perform the Call-Off Contract, or

othe technical ability to perform the Call-Off Contract.

In this section, a “condition of participation” means a condition that a Supplier must satisfy in order to be awarded a public contract in accordance with the Framework.

A condition may not

orequire the submission of audited annual accounts, except from Suppliers who are, or were, required to have the accounts audited in accordance with Part 16 of the Companies Act 2006 or an overseas equivalent;

orequire insurance relating to the performance of the Call-Off Contract to be in place before the award of the Call-Off Contract.

A condition may relate to Suppliers’ qualifications, experience or technical ability, but may not

orequire Suppliers to have been awarded a Call-Off Contract under the Framework or by a particular Customer.

obreak the rules on technical specifications in section 56, or

orequire particular qualifications without allowing for their equivalents.

When considering whether a condition is proportionate a Customer must have regard to the nature, complexity and cost of the Call-Off Contract.

A condition of participation may require the provision of evidence that is verifiable by a person other than the Supplier.

If a Supplier does not satisfy a condition of participation, the Customer may exclude the Supplier from participating in, or progressing as part of, the competitive selection process (Further Competition).

A competitive selection process may provide for the assessment of proposals, but only by reference to one or more of the award criteria against which Bids were assessed in awarding the Framework. The award criteria used for this Framework was:

Award Criteria Headings

Price

Quality

Social Value

The award criteria may be refined for example, additional sub-criteria may be included or the criteria explained further.

Direct Award (award without a competitive selection):

This Framework permits Direct Award in accordance with PA23. The key provisions that relate to awarding a Call-Off Contract without further competition via a Framework are found in Sections 45 to 49, particularly Section 45(2) and Section 49(10)..

Customers may award a Call-Off Contract directly to any Supplier on the Framework, provided they can demonstrate that the Supplier offers the most advantageous tender for their specific requirement. This must be based on the award criteria set out in this ITT, which includes quality, social value and price.

To support this:

•All Suppliers have been evaluated against consistent and transparent quality questions.

•A clear pricing mechanism has been submitted and forms part of the Framework terms.

•These evaluation criteria form the basis for Direct Award decisions throughout the life of the Framework.

Customers may take into account:

•The Supplier offers the most competitive pricing using the submitted pricing mechanism;

•Supplier capability and delivery approach (Quality Criterion)

•Specific strengths in service, innovation, sustainability, or compatibility

•Any other factors that align with the Framework’s original award criteria

•The Supplier has the best capability for the specific product, service, or location;

•The Supplier achieved the highest score for quality, price and/or social value during the Framework evaluation process. sustainability, lead time, or delivery assurance relevant to the call-off;

•The Supplier’s model delivers continuity or integration with existing estate or contracts.

Customers must retain an auditable record justifying their selection, demonstrating how the Supplier’s offer was the most advantageous based on the Framework’s established evaluation model.

The onus will be on the Customer to carry out their own due diligence before selecting whether they conduct a Further Competition or choose to Direct Award with any of the awarded Suppliers. The Customer will determine the requirement, specification and award, based on the Most Advantageous Tender (MAT)

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

This Framework is for use by Customers in the United Kingdom, British Overseas Territories, and Crown Dependencies that exist on 13/06/25 and which fall into one or more of the following categories:

•Ministerial government departments

•Non ministerial government departments

•Executive agencies of government

•Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs

•Assembly Sponsored Public Bodies (ASPBs)

•Police forces

•Fire and rescue services

•Ambulance services

•Maritime and coastguard agency services

•NHS bodies

•Educational bodies or establishments including state schools (nursery schools, primary schools, middle or high schools, secondary schools, special schools), academies, colleges, Pupil Referral Unit (PRU), further education colleges and universities

•Hospices

•National Parks

•Housing associations, including registered social landlords

•Third sector and charities

•Citizens advice bodies

•Councils, including

Contract 1. IT Hardware

Lots

Lot Lot 1. New IT Hardware

Suppliers (18)

Contract value

  • £250,000,000 excluding VAT
  • £300,000,000 including VAT Framework lot values may be shared with other lots

Above the relevant threshold

Date signed

10 November 2025

Contract dates

  • 17 November 2025 to 16 November 2029
  • 4 years

Main procurement category

Goods

CPV classifications

Office and computing machinery, equipment and supplies except furniture and software packages

Radio, television, communication, telecommunication and related equipment

Software package and information systems

Contract 2. Remanufactured and Refurbished IT Hardware

Lots

Lot 2. Remanufactured and Refurbished IT Hardware

Suppliers (18)

Contract value

  • £125,000,000 excluding VAT
  • £150,000,000 including VAT Framework lot values may be shared with other lots

Above the relevant threshold

Date signed

10 November 2025

Contract dates

  • 17 November 2025 to 16 November 2029
  • 4 years

Main procurement category

Goods

CPV classifications

Office and computing machinery, equipment and supplies except furniture and software packages

Radio, television, communication, telecommunication and related equipment

Software package and information systems

Contract 3. IT Asset Disposition

Lots

Lot 3. IT Asset Disposition

Suppliers (13)

Contract value

  • £125,000,000 excluding VAT
  • £150,000,000 including VAT Framework lot values may be shared with other lots

Above the relevant threshold

Date signed

10 November 2025

Contract dates

  • 17 November 2025 to 16 November 2029
  • 4 years

Main procurement category

Goods

CPV classifications

Office and computing machinery, equipment and supplies except furniture and software packages

Radio, television, communication, telecommunication and related equipment

Software package and information systems

Other information

Conflicts assessment prepared/revised

Yes

Procedure

Procedure type

Open procedure

Suppliers

Academia Ltd

  • Public Procurement Organisation Number: PHML-1185-LRVL Unit 1 Progression Centre, Mark Road

Hemel Hempstead

HP2 7DW

United Kingdom

Email: Bids@academia.co.uk

Region: UKH23 - Hertfordshire

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

Contract 2

Contract 3

Ayoo Services Limited

  • Public Procurement Organisation Number: PYBZ-2299-NBZP UNIT 10, LONG WOOD ROAD, TRAFFORD PARK

MANCHESTER

M17 1PZ

United Kingdom

Telephone: 01616376780

Email: Carol.edwards@ayoo-it.co.uk

Region: UKD34 - Greater Manchester South West

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2

Bytes Software Services

  • Public Procurement Organisation Number: PPDB-2731-YCDX BYTES HOUSE, RANDALLS WAY

LEATHERHEAD

KT22 7TW

United Kingdom

Telephone: 01372418500

Email: tenders@bytes.co.uk

Region: UKJ26 - East Surrey

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

CAE Technology Services Ltd

  • Companies House: 02685146 CAE HOUSE, MAYLANDS AVENUE, HEMEL HEMPSTEAD INDUSTRIAL ESTATE

HEMEL HEMPSTEAD

HP2 7DE

United Kingdom

Telephone: 08456430033

Email: Abdul.Rokim@caeuk.com

Region: UKH23 - Hertfordshire

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 3

CDW Limited

  • Public Procurement Organisation Number: PDHM-6656-PDQZ 3RD FLOOR, ONE NEW CHANGE

LONDON

EC4M 9AF

United Kingdom

Telephone: 02077916000

Email: tenders@uk.cdw.com

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

Contract 2

Centerprise International Ltd

  • Public Procurement Organisation Number: PGPP-7657-RQYH HAMPSHIRE INTERNATIONAL BUSINESS PARK, LIME TREE WAY, CHINEHAM

BASINGSTOKE

RG24 8GQ

United Kingdom

Telephone: 01256378015

Email: Jon.Elliott@centerprise.co.uk

Region: UKJ37 - North Hampshire

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

Contract 2

Contract 3

Digital Devices

  • Companies House: 05901479 UNIT 16, PARK ROYAL METRO CENTRE, BRITANNIA WAY

LONDON

NW10 7PA

United Kingdom

Telephone: 08001950222

Email: kash@ddevices.com

Region: UKI73 - Ealing

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

Contract 3

IDNS Ltd

  • Public Procurement Organisation Number: PXLN-5392-CWCV 1B SPRINGFIELD COURT, SUMMERFIELD ROAD

BOLTON

BL3 2NT

United Kingdom

Email: Peterc@idns.co.uk

Region: UKD36 - Greater Manchester North West

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

Insight Direct (UK) ltd

  • Public Procurement Organisation Number: PVDG-2635-GTLY 1ST FLOOR ST PAUL'S PLACE, 121 NORFOLK STREET

SHEFFIELD

S1 2JF

United Kingdom

Telephone: 03448463333

Email: Jonathan.Ryan@insight.com

Region: UKE32 - Sheffield

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

Contract 2

Medhurst Communications

  • Public Procurement Organisation Number: PPDL-2889-VDMZ 17 BRUNEL WAY, SEGENSWORTH EAST

FAREHAM

PO15 5TX

United Kingdom

Telephone: 01489563000

Email: Abigail.haley@medhurst-it.com

Region: UKJ35 - South Hampshire

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

Contract 2

MTI Technology LTD

  • Public Procurement Organisation Number: PWDN-9819-QBVV 3 LOTUS PARK, FIRST FLOOR, THE CAUSEWAY

STAINES-UPON-THAMES

TW18 3AG

United Kingdom

Email: bid@mti.com

Region: UKJ25 - West Surrey

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

Contract 2

Contract 3

Phoenix Software Ltd

  • Public Procurement Organisation Number: PLJR-2682-VHWP BLENHEIM HOUSE, YORK ROAD, POCKLINGTON

YORK

YO42 1NS

United Kingdom

Telephone: 01904562200

Email: Keith-Martin@phoenixs.co.uk

Region: UKE12 - East Riding of Yorkshire

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

Contract 2

Contract 3

Pure IT Refurbished

  • Public Procurement Organisation Number: PQXX-2541-YZPR 14 RIVERSDALE CRESCENT

EDINBURGH

EH12 5QT

United Kingdom

Telephone: 01313379298

Email: bobby@pureitrefurbished.co.uk

Region: UKM75 - Edinburgh, City of

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2

Rebuyer Ltd (t/a BornGood)

  • Companies House: 13559041 UNIT 36U, BROUGHAM STREET

SUNDERLAND

SR1 3DR

United Kingdom

Email: simon@borngood.co.uk

Region: UKC23 - Sunderland

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

Contract 2

Contract 3

Reconome

  • Companies House: 11401181 ARCH 255, JOSEPH RAY ROAD

LONDON

E11 4RA

United Kingdom

Telephone: 02082127980

Email: dave@recono.me

Region: UKI53 - Redbridge and Waltham Forest

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2

Contract 3

Softcat Ltd

  • Public Procurement Organisation Number: PZRT-9169-TVMT SOLAR HOUSE, FIELDHOUSE LANE

MARLOW

SL7 1LW

United Kingdom

Telephone: 01628403403

Email: psitq@softcat.com

Region: UKJ13 - Buckinghamshire CC

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

Contract 2

Specialist Computer Centres plc

  • Companies House: 01428210 JAMES HOUSE, WARWICK ROAD

BIRMINGHAM

B11 2LE

United Kingdom

Telephone: 01217667000

Email: Robert.drury@scc.com

Region: UKG31 - Birmingham

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 3

Stone Technologies Ltd

  • Public Procurement Organisation Number: PBBD-1934-LTCY GRANITE ONE HUNDRED, ACTON GATE

STAFFORD

ST18 9AA

United Kingdom

Telephone: 08448221122

Email: tenders@convergetp.co.uk

Region: UKG24 - Staffordshire CC

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

Contract 3

Storm Technologies

  • Public Procurement Organisation Number: PXHW-6389-PLWY THE BOULEVARD, BLACKMOOR LANE, CROXLEY BUSINESS PARK

WATFORD

WD18 8YW

United Kingdom

Telephone: 01923801080

Email: Matthew.Johnson@storm.tech

Region: UKH23 - Hertfordshire

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2

Contract 3

Sync (A Trading Name of GBM Digital Technologies Ltd)

  • Public Procurement Organisation Number: PRPD-2752-ZQDD Unit 2.3-2.4, Arbeta, Northampton Road

Manchester

M40 5BP

United Kingdom

Telephone: 0161 605 3838

Email: tenders@wearesync.co.uk

Region: UKD33 - Manchester

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

Contract 2

Contract 3

Teqex Ltd

  • Public Procurement Organisation Number: PJLT-6687-QPTZ Unit 2, Southgate Ind Est, Green Lane

Heywood

OL10 1ND

United Kingdom

Email: sales@teqex.co.uk

Region: UKD37 - Greater Manchester North East

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2

Contract 3

The DMS Digital Group Ltd

  • Public Procurement Organisation Number: PQDM-1976-QYNV 2 Belmont House, Deakins Business Park

Bolton

BL7 9RP

United Kingdom

Email: Steve.small@thedmsgroup.com

Region: UKD36 - Greater Manchester North West

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

Contract 2

Tier 1 Asset Management Ltd

  • Public Procurement Organisation Number: PHMP-4866-WWDJ 59 Stanley Road

Manchester

M45 8GZ

United Kingdom

Email: jselby@tier1.com

Region: UKD37 - Greater Manchester North East

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2

Trams Ltd (Econocom)

  • Public Procurement Organisation Number: PCVZ-2977-BBLR 33 Queen Street, 4th Floor

London

EC4R 1AP

United Kingdom

Email: Rm6098.uk@econocom.com

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

Contract 2

Ultima Business Solutions

  • Public Procurement Organisation Number: PHLP-4331-RRXJ Gainsborough House, Manor Park

Reading

RG2 0NA

United Kingdom

Email: publicsectorbids@ultima.com

Region: UKJ11 - Berkshire

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

XMA Ltd

  • Companies House: 02051703 WILFORD INDUSTRIAL ESTATE, RUDDINGTON LANE, WILFORD

NOTTINGHAM

NG11 7EP

United Kingdom

Telephone: 01158464000

Email: bidteam@xma.co.uk

Region: UKF16 - South Nottinghamshire

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

Contracting authority

Kent County Council (T/a Procurement Services)

  • Public Procurement Organisation Number: PYCX-4938-CCHM 1 Abbey Wood Road

West Malling

ME19 4YT

United Kingdom

Contact name: Stefanie Manley

Email: stefanie.manley@csltd.org.uk

Region: UKJ46 - West Kent

Organisation type: Public authority - sub-central government

Named provisions

Lot 1. New IT Hardware Lot 2. Remanufactured and Refurbished IT Hardware Lot 3. IT Asset Disposition

Get daily alerts for Find a Tender - Latest Notices

Daily digest delivered to your inbox.

Free. Unsubscribe anytime.

Source

Analysis generated by AI. Source diff and links are from the original.

Classification

Agency
KCC
Published
April 1st, 2026
Instrument
Notice
Legal weight
Non-binding
Stage
Final
Change scope
Minor
Document ID
2026/S 000-030609

Who this affects

Applies to
Technology companies Government agencies
Industry sector
3341 Computer & Electronics Manufacturing 5112 Software & Technology 4231 Wholesale Trade
Activity scope
Government IT Procurement IT Asset Disposition IT Hardware Supply
Geographic scope
England GB-ENG

Taxonomy

Primary area
Government Contracting
Operational domain
Procurement
Topics
Procurement IT Hardware Technology

Get alerts for this source

We'll email you when Find a Tender - Latest Notices publishes new changes.

Optional. Personalizes your daily digest.

Free. Unsubscribe anytime.