Awarded contract

Technology Services 3

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F20: Modification notice

Notice reference: 2023/S 000-029499

Published 6 October 2023, 10:51am



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

Email

info@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

Buyer's address

https://www.crowncommercialservice.bravosolution.co.uk


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: 2021/S 000-015464


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

Email

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: £2,000,000,000


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

Email

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.1.2) 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

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:

£2,000,000,000

seven.1.7) Name and address of the contractor/concessionaire

Full list of successful suppliers is available on Contracts Finder

London

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):

Notice of necessary increase to the estimated overall value of CCS’ Technology Services 3 Framework (RM6100) procured pursuant to Contract Notice 2020/S 210 415766 (“Framework”) from £2,000,000,000 to £4,000,000,000.

The value of the Framework lots will be increased to:

Lot 1: £220,000,000

Lot 2: £240,000,000 - £300,000,000

Lot 3a: £550,000,000 - £750,000,000

Lot 3b: £240,000,000

Lot 3c: £85,000,000

Lot 3d: £1,000,000,000 - £1,500,000,000

Lot 4: £1,050,000,000 - £1,550,000,000

Lot 5: £100,000,000

The lot value increases are expressed as ranges for lots 2, 3a, 3d and 4. Whether the maximum of each of these lots would be reached shall be subject to the overall maximum framework value of £4 billion.

No other changes will be made to the Framework.

CCS’ view is that this modification to the Framework value is permitted pursuant to Regulation 72(1)(e) of the Public Contracts Regulations 2015.

Regulation 72(1)(e) provides a modification is permitted where irrespective of value it is not substantial within the meaning of Regulation 72(8).

Regulation 72(8) provides a modification will be considered substantial if any one or more of the following conditions is met:

(a) the modification renders the framework materially different in character from the one initially concluded;

(b) the modification introduces conditions which, had they been part of the initial procurement procedure, would have—

(i) allowed for the admission of other candidates than those initially selected,

(ii) allowed for the acceptance of a tender other than that originally accepted, or

(iii) attracted additional participants in the procurement procedure;

(c) the modification changes the economic balance of the framework in favour of the contractor in a manner which was not provided for in the framework;

(d) the modification extends the scope of the framework considerably;

(e) a new contractor replaces the original contractor in cases other than those provided for in paragraph (1)(d).

CCS’ view is that the increase is not a substantial variation because the:

● framework will not be materially different in character from the one originally concluded;

● increase would not have allowed for a different tender to be accepted or attracted additional bidders;

● increase does not change the economic balance of the Framework in favour of the supplier(s); and

● increase does not extend the scope of the Framework considerably.

While CCS is not required to publish this notice it does so to be transparent and will observe a voluntary standstill period, after which the increase will take effect.

As set out above, this is a non-substantial modification under Regulation 72(1)(e), but, in the event that this modification is deemed not to be a modification under the PCR, then this notice should be treated as providing the requisite notice of a contract award.

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 value increase is required due to increased demand from

● Unexpected events including Covid-19, Ukraine war, Afghan crisis and UK Migration crisis;

● Continued customer use of existing frameworks caused by delay in the Procurement Bill coming into law; and

● A greater number of services being procured under certain lots than anticipated.

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: £2,000,000,000

Total contract value after the modifications

Value excluding VAT: £4,000,000,000