Section one: Contracting authority/entity
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
The Capital Building, Old Hall Street
Liverpool
L3 9PP
Telephone
+44 3454102222
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Technology Services 3
Reference number
RM6100
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.2) Description
two.2.1) Title
All Lots
Lot No
1 2 3a 3b 3c 3d 4 5
two.2.2) Additional CPV code(s)
- 32410000 - Local area network
- 32420000 - Network equipment
- 48000000 - Software package and information systems
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 51000000 - Installation services (except software)
- 51610000 - Installation services of computers and information-processing equipment
- 79410000 - Business and management consultancy services
- 80500000 - Training services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement at the time of conclusion of the contract:
Crown Commercial Service as the Contracting Authority has put in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their Arm’s Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities. Public Sector Bodies have a need for a technology service Framework Agreement, which will deliver local, regional and national technology service provides for the range of service outlined below.
The agreement will include but not be limited to the following tech support services:
• Hardware management and support
• Software management and support
• Network management and support
• Data management
• Enterprise security (Security Operations Centre – SOC services)
• Tech service discovery
• Tech service disaggregation
• Transition and transformation of existing tech services
• Tech strategy & service design
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
48
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2023/S 000-029499
Section five. Award of contract/concession
Contract No
1
Lot No
1
Title
Technology Services 3
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
15 June 2021
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Full list of successful suppliers is available on Contracts Finder
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £4,000,000,000
Section six. Complementary information
six.3) Additional information
The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business
through this Commercial Agreement.
As part of this contract award notice the following can be accessed at:
https://www.contractsfinder.service.gov.uk/Notice/11f22e27-49f7-4a34-8f6a-921dd797d1ee
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Redacted Commercial Agreement;
4) Full List of Successful Suppliers;
On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme
which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the
number of security classifications used. All bidders were required to make themselves aware of the
changes as it may impact this requirement.
This link provides information on the GSC at:
https://www.gov.uk/government/publications/government-security-classifications
Cyber Essentials is a mandatory requirement for Central Government contracts which involve
handling personal information or provide certain ICT products/services. Government is taking steps to
reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The
scheme defines a set of controls which, when implemented, will provide organisations with basic
protection from the most prevalent forms of threat coming from the internet. To participate in
this procurement, bidders were required to demonstrate they comply with the technical
requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
Number of suppliers per Lot:
Lot 1 - 196
Lot 2 - 134
Lot 3a - 113
Lot 3b - 121
Lot 3c - 118
Lot 3d - 126
Lot 4 - 39
Lot 5 – 34
The start date of this Framework Agreement is 16/6/2021. The expiry date of the Framework Agreement is 15/6/2025. The Framework Agreement will be established for 4 years, with no option to extend. Some purchases under this framework agreement may have requirements that can be met under this framework agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 — About the framework within the Invitation to Tender documentation). In such cases, call-offs from this framework will be unregulated purchases for the purposes of the procurement regulations, and the buyers may, at their discretion, modify the terms of the framework and any call-off contracts to reflect that buyer's specific needs.
six.4) Procedures for review
six.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
seven.1.3) Place of performance
NUTS code
- UK - United Kingdom
seven.1.4) Description of the procurement:
Crown Commercial Service as the Contracting Authority has put in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their
Arm’s Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local
Authorities.
Public Sector Bodies have a need for a technology service Framework Agreement, which will
deliver local, regional and national technology service provides for the range of service outlined below.
The agreement will include but not be limited to the following tech support services:
• Hardware management and support
• Software management and support
• Network management and support
• Data management
• Enterprise security (Security Operations Centre – SOC services)
• Tech service discovery
• Tech service disaggregation
• Transition and transformation of existing tech services
• Tech strategy & service design
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
48
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£4,000,000,000
seven.1.7) Name and address of the contractor/concessionaire
Full list of successful suppliers is available on Contracts Finder
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
Yes
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
Technology Services 3 has been extended to 14th March 2026.
No other changes have been made to the framework.
seven.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
The extension was required due to the delay in the follow on procurement, Technology Services 4, due to the delay in TPP.
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £4,000,000,000
Total contract value after the modifications
Value excluding VAT: £4,000,000,000