Modification notice
Modification of a contract/concession during its term
Section I: Contracting
entity
I.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
The Capital Building, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/ccs
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Technology Products and Associated Services
Reference number: RM6068
II.1.2) Main CPV code
48000000
II.1.3) Type of contract
Supplies
II.2) Description
Lot No: 3
II.2.2) Additional CPV code(s)
48000000
48100000
48200000
48210000
48220000
48300000
48400000
48500000
48600000
48700000
48730000
48731000
48732000
48800000
48900000
50300000
72000000
72200000
72210000
72212732
72300000
72500000
72800000
72900000
80533000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
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.
II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 48
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2020/S 013-025895
Section V: Award of contract/concession
Lot No: 3
Contract No: 1
Title: Software & Associated Services
V.2 Award of contract/concession
V.2.1) Date of conclusion of the contract/concession
20/12/2019
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.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
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
URL: https://www.gov.uk/ccs
The contractor/concessionaire is an SME:
Yes
V.2.4) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot:
/concession: 2 000 000 000.00
GBP
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
The Capital Building, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
Internet address(es)
URL: https://www.gov.uk/ccs
VI.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
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
Internet address(es)
URL: https://www.gov.uk/ccs
VI.5) Date of dispatch of this notice
26/10/2023
Section VII: Modifications to the contract/concession
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code
48000000
VII.1.2) Additional CPV code(s)
48000000
48100000
48200000
48210000
48220000
48300000
48400000
48500000
48600000
48700000
48730000
48731000
48732000
48800000
48900000
50300000
72000000
72200000
72210000
72212732
72300000
72500000
72800000
72900000
80533000
VII.1.3) Place of performance
NUTS code:
UK
VII.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).
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 5
VII.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the procurement: 2 000 000 000.00 GBP
The contract/concession has been awarded to a group of economic operators:
No
VII.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
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
URL: https://www.gov.uk/ccs
The contractor/concessionaire is an SME:
Yes
VII.2) Information about modifications
VII.2.1) Description of the modifications
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.
VII.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.
VII.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 2 000 000 000.00 Currency: GBP
Total contract value after the modifications
Value excluding VAT: 2 000 000 000.00 Currency: GBP