Awarded contract

Technology Products and Associated Services

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

F20: Modification notice

Notice reference: 2023/S 000-031549

Published 26 October 2023, 7:14am



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

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Technology Products and Associated Services

Reference number

RM6068

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.2) Description

two.2.1) Title

Lot No

3

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 48100000 - Industry specific software package
  • 48200000 - Networking, Internet and intranet software package
  • 48210000 - Networking software package
  • 48220000 - Internet and intranet software package
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 48400000 - Business transaction and personal business software package
  • 48500000 - Communication and multimedia software package
  • 48600000 - Database and operating software package
  • 48700000 - Software package utilities
  • 48730000 - Security software package
  • 48731000 - File security software package
  • 48732000 - Data security software package
  • 48800000 - Information systems and servers
  • 48900000 - Miscellaneous software package and computer systems
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72200000 - Software programming and consultancy services
  • 72210000 - Programming services of packaged software products
  • 72212732 - Data security software development services
  • 72300000 - Data services
  • 72500000 - Computer-related services
  • 72800000 - Computer audit and testing services
  • 72900000 - Computer back-up and catalogue conversion services
  • 80533000 - Computer-user familiarisation and 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 the supply of commodity technology goods and associated services for use by UK public sector. There are four (4) lots in total, for the detailed description please refer to the Specification. (Framework Schedule 1).

The agreement facilitates the purchase of technology hardware, software and associated services.

Associated services are summarised below (note - associated services can only be ordered with goods).

- end user support,

- service desk,

- integration,

- system installation,

- project management,

- training,

- leasing (hire of goods),

- security management,

- hardware asset management,

- software asset management,

- network infrastructure management service,

- device as a service,

- escrow.

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: 2020/S 013-025895


Section five. Award of contract/concession

Contract No

1

Lot No

3

Title

Software & Associated Services

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

20 December 2019

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

The Minister for the Cabinet Office acting through Crown Commercial Service

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
Internet address

https://www.gov.uk/ccs

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.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

The Capital Building, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Internet address

https://www.gov.uk/ccs

six.4.4) Service from which information about the review procedure may be obtained

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street. L3 9PP

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Internet address

https://www.gov.uk/ccs


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 48000000 - Software package and information systems

seven.1.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 48100000 - Industry specific software package
  • 48200000 - Networking, Internet and intranet software package
  • 48210000 - Networking software package
  • 48220000 - Internet and intranet software package
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 48400000 - Business transaction and personal business software package
  • 48500000 - Communication and multimedia software package
  • 48600000 - Database and operating software package
  • 48700000 - Software package utilities
  • 48730000 - Security software package
  • 48731000 - File security software package
  • 48732000 - Data security software package
  • 48800000 - Information systems and servers
  • 48900000 - Miscellaneous software package and computer systems
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72200000 - Software programming and consultancy services
  • 72210000 - Programming services of packaged software products
  • 72212732 - Data security software development services
  • 72300000 - Data services
  • 72500000 - Computer-related services
  • 72800000 - Computer audit and testing services
  • 72900000 - Computer back-up and catalogue conversion services
  • 80533000 - Computer-user familiarisation and training services

seven.1.3) Place of performance

NUTS code
  • UK - United Kingdom

seven.1.4) Description of the procurement:

This lot is aimed at Suppliers for software, who have the capability to supply a full range of commercial and Open Source commodity off-the-shelf software, software licenses and associated commoditised software services.

Suppliers will have the ability to provide (not limited to) warranties; including but not limited to; extended product warranties; repairs and bug fix warranties in addition to that, the Supplier shall manage such product returns and replacements as appropriate. This includes third party relationship management across the provision of such warranties.

For a detailed description of the requirements please refer to the Specification (Framework Schedule 1).

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

5

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

The Minister for the Cabinet Office acting through Crown Commercial Service

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
Internet address

https://www.gov.uk/ccs

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 the Crown Commercial Service’s (CCS) extension to the expiry date for Lot 3 of Technology Products and Associated Services (RM6068) framework from 9 December 2023 to 30 April 2024.

No other changes will be made to the Framework.

CCS’ view is that this modification to the Framework term for Lot 3 is permitted pursuant to

Regulation 72(1)(e) of the Public Contracts Regulations 2015. While CCS is not required to

publish this notice it does so to be transparent.

As set out below, 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.

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.

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 public sector body experienced unforeseen delay in governance, which prohibited their ability to deliver in time for the expiry of this Framework Lot. They are unable to wait until the release of the subsequent CCS Framework available in November, as their current contract will have expired.

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: £2,000,000,000