Award

Managed Print Contract: Proposed Contract Modification

  • SIDNEY STRINGER MULTI ACADEMY TRUST

F15: Voluntary ex ante transparency notice

Notice identifier: 2026/S 000-010233

Procurement identifier (OCID): ocds-h6vhtk-064788

Published 5 February 2026, 7:55am



Section one: Contracting authority/entity

one.1) Name and addresses

SIDNEY STRINGER MULTI ACADEMY TRUST

Coventry

Contact

Emma Clarke

Email

info@sidneystringeracademy.org.uk

Country

United Kingdom

Region code

UKG33 - Coventry

Companies House

06672920

Internet address(es)

Main address

https://sidneystringertrust.org.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Managed Print Contract: Proposed Contract Modification

two.1.2) Main CPV code

  • 30120000 - Photocopying and offset printing equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

This VEAT notice explains Sidney Stringer Multi Academy Trust's intention to increase the value of its contract dated 12 August 2024 with ITECH Managed Services (the "Contract") for the supply and service of printing equipment across Sidney Stringer Multi Academy Trust by 35% to £443,851 (exc. VAT). The original value of the Contract was £329,454 (exc. VAT). Sidney Stringer Multi Academy Trust intends to observe a voluntary standstill period of 10 days and will not conclude the contract amendment before midnight on 16th February 2026 which is 10 clear calendar days following day of publication on 5th February 2026. No other amendments will be made to the contract.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £443,851

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKG33 - Coventry

two.2.4) Description of the procurement

Sidney Stringer Multi Academy Trust considers that the modification described in this VEAT notice is permitted under Regulations 72(1)(b) and 72(1)(c) of the Public Contracts Regulations 2015, which permit the modification of contracts without a new procurement procedure in the following circumstances:

72(1)(b): for additional works, services or supplies by the original contractor that have become necessary and were not included in the initial procurement, where a change of contractor -

(i) cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial procurement, or

(ii) would cause significant inconvenience or substantial duplication of costs for the contracting authority, provided that any increase in price does not exceed 50% of the value of the original contract.

An increase in the contract value by 35% is now necessary to accommodate additional supplies including 6 copiers, papercut, card readers and associated maintenance. The overall nature of the contract remains unchanged.

Sidney Stringer Multi Academy Trust considers that the following factors prevent a change of, or an additional, contractor to undertake these additional supplies (and, in any event, would cause the following significant inconvenience and substantial duplication of costs):

- Duplication of Costs: Engaging another supplier would result in a duplication and overlapping of costs associated with onboarding, which would involve significant training and familiarisation

- Maintenance Overlap: Having two different maintenance providers on-site for similar equipment would create confusion regarding "first-fix" responsibility and SLA accountability.

- Risk of Incompatibility: Continuing to use an alternative provider requires the management of two separate software "clients" on user desktops. In addition to the applications of different & conflicting internal charging rates.

- Unified Reporting: Adding to the current contract ensures all usage data and billing remain centralized within a single reporting dashboard to allow the Trust to monitor and forecast spend and assess sustainability progress in line with the Trust strategy.

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated without a prior call for competition

  • Additional deliveries by the original supplier

Explanation:

Please refer to the Legal Justification in section II.2.4) Description of the procurement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract/concession

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

12 August 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

ITECH Managed Services

Manchester

Country

United Kingdom

NUTS code
  • UKD33 - Manchester
Companies House

09496361

The contractor/concessionaire is an SME

Yes

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Initial estimated total value of the contract/lot/concession: £443,851

Total value of the contract/lot/concession: £443,851


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Review procedures are as set out in the Public Contracts Regulations 2015. Proceedings under those Regulations are time limited, and any such proceedings must be brought in the High Court of England and Wales.