Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Modification

Technology Products and Associated Services

  • First published: 27 October 2023
  • Last modified: 27 October 2023
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-040f13
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
27 October 2023
Deadline date:
-
Notice type:
Modification
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

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

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.