Award

Technology Services 3 - Lots 3a, 3b, 3c, 3d & 4

CROWN COMMERCIAL SERVICE

This public procurement record has 1 release in its history.

Award

10 Mar 2026 at 16:42

Summary of the contracting process

The Crown Commercial Service, acting as the contracting authority, has concluded a significant procurement process for the "Technology Services 3 - Lots 3a, 3b, 3c, 3d & 4" framework agreement. This framework is intended for various UK public sector bodies, including central government departments, NHS bodies, local authorities, and more. It aims to provide technology services across local, regional, and national levels, covering areas such as hardware and software support, network management, data management, and enterprise security. The procurement was conducted through an open procedure, with a total framework value of £6.4 billion. The contract period spans from 16th June 2021 to 14th June 2026, with the successful award to 2020 Delivery Ltd. The award stage was completed as of 15th June 2021, and published details on 10th March 2026.

This tender represents substantial opportunities for businesses specialising in IT services, particularly those capable of delivering comprehensive tech support and security solutions. Given the framework's extensive value and scope, it poses considerable prospects for small and medium-sized enterprises (SMEs) which can leverage this platform for expanding their service offerings to government bodies. Companies focusing on consultancy, software development, internet services, and enterprise-level security will find this framework particularly suitable due to its alignment with their expertise in IT services. The engagement in such a national framework not only promotes business growth through increased visibility and reputation in the public sector but also encourages long-term partnerships with various governmental organisations across the United Kingdom.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Technology Services 3 - Lots 3a, 3b, 3c, 3d & 4

Notice Description

Crown Commercial Service as the Contracting Authority has put in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies (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 Additional information: This Modification Notice is to extend Lots 3a, 3b, 3c, 3d and Lot 4. 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.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-a65df030-816b-438d-8788-86579b6a8bf2
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/0996f94e-0ac6-4823-9ede-2968de818a60
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
£6,400,000,000 £1B-£10B
Lots Value
Not specified
Awards Value
£4,000,000,000 £1B-£10B
Contracts Value
Not specified

Notice Dates

Publication Date
10 Mar 20264 days ago
Submission Deadline
13 Dec 2020Expired
Future Notice Date
Not specified
Award Date
14 Jun 20214 years ago
Contract Period
15 Jun 2021 - 14 Jun 2026 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CROWN COMMERCIAL SERVICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LIVERPOOL
Postcode
L3 9PP
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
Not specified

Local Authority
Liverpool
Electoral Ward
City Centre North
Westminster Constituency
Liverpool Riverside

Supplier Information

Number of Suppliers
1
Supplier Name

2020 DELIVERY

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-a65df030-816b-438d-8788-86579b6a8bf2-2026-03-10T16:42:27Z",
    "date": "2026-03-10T16:42:27Z",
    "ocid": "ocds-b5fd17-a65df030-816b-438d-8788-86579b6a8bf2",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "RM 6100 modification",
        "title": "Technology Services 3 - Lots 3a, 3b, 3c, 3d & 4",
        "description": "Crown Commercial Service as the Contracting Authority has put in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies (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 Additional information: This Modification Notice is to extend Lots 3a, 3b, 3c, 3d and Lot 4. 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.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 6400000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2020-12-13T15:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2021-06-16T00:00:00+01:00",
            "endDate": "2026-06-14T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
            "name": "Crown Commercial Service",
            "identifier": {
                "legalName": "Crown Commercial Service",
                "scheme": "GB-SRS",
                "id": "supplierregistration.cabinetoffice.gov.uk/6sQD8uds"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "postalCode": "L3 9PP",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
                "email": "supplier@crowncommercial.gov.uk",
                "telephone": "+44 3454102222"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-COH-05671510",
            "name": "2020 Delivery Ltd.",
            "identifier": {
                "legalName": "2020 Delivery Ltd.",
                "scheme": "GB-COH",
                "id": "05671510"
            },
            "address": {
                "streetAddress": "30 Stamford Street, LONDON, SE1 9LS"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
        "name": "Crown Commercial Service"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-a65df030-816b-438d-8788-86579b6a8bf2-1",
            "status": "active",
            "date": "2021-06-15T00:00:00+01:00",
            "datePublished": "2026-03-10T16:42:26Z",
            "value": {
                "amount": 4000000000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-COH-05671510",
                    "name": "2020 Delivery Ltd."
                }
            ],
            "contractPeriod": {
                "startDate": "2021-06-16T00:00:00+01:00",
                "endDate": "2026-06-14T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/0996f94e-0ac6-4823-9ede-2968de818a60",
                    "datePublished": "2026-03-10T16:42:26Z",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "contractSchedule",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/1cae5560-9ebd-4e87-8a73-c63ac4d5934d",
                    "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
                },
                {
                    "id": "3",
                    "documentType": "contractSchedule",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/91aadf60-e9a9-4073-8d08-8c0eabbcf81a",
                    "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
                },
                {
                    "id": "4",
                    "documentType": "contractSchedule",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/389f17b9-9c32-4764-b3a7-d1aac80af700",
                    "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
                },
                {
                    "id": "5",
                    "documentType": "winningBid",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/32f41223-7fea-4289-8c83-b33cfff2cbd2",
                    "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
                },
                {
                    "id": "6",
                    "documentType": "awardNotice",
                    "description": "Modification Notice",
                    "url": "https://www.find-tender.service.gov.uk/Notice/029499-2023"
                },
                {
                    "id": "7",
                    "documentType": "awardNotice",
                    "description": "Contract Award Notice",
                    "url": "https://www.find-tender.service.gov.uk/Notice/015464-2021"
                },
                {
                    "id": "8",
                    "documentType": "awardNotice",
                    "description": "Modification Notice",
                    "url": "https://www.find-tender.service.gov.uk/Notice/011742-2025"
                }
            ]
        }
    ]
}