{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-068c2b-2026-04-28T09:03:38+01:00",
    "date": "2026-04-28T09:03:38+01:00",
    "ocid": "ocds-h6vhtk-068c2b",
    "description": "Following a Further Competition held under the CCS Framework RM6100 Technology Services 3 (Lot 4), the Minister for the Cabinet Office awarded a Call Off Contract for the provision of a digital strategic delivery partner (the \"Call Off Contract\") on 21st February 2024 for a three (3) year period, with up to two (2) twelve (12) months extension options, with a maximum Contract Value of PS100,000,000 (ex VAT) in total. The market should also be aware that the maximum Contract Value is not a commitment to spend, it is only headroom under the Call Off Contract to allow for future spend across the duration of the Term. As the Public Contract Regulations 2015, did not require publication of framework call offs awards on the Find a Tender Service (reg 50 (4)), no Contract Award Notice was published on the Find a Tender Service (a Contract Award Notice was however published on Contract Finder, in accordance with reg 112 of the Public Contract Regulations 2015). In order to fully comply with the provisions of Regulation 72 of Public Contract Regulations 2015, the Contracting Authority is hereby publishing this Modification Notice on the Find a Tender Service, with the necessary information in relation to a modification to the Call Off Contract. In addition, the market should be aware that the contracting authority is planning to commence a procurement exercise to replace the Call Off Contract. A UK01: Pipeline Notice has been published here: https://www.find-tender.service.gov.uk/Notice/037382-2026?",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-068c2b",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of a Strategic Delivery Partner for Cabinet Office Digital",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "1",
                "description": "The subject matter is for a provider to provide delivery services which cover the breadth of the DDaT spectrum to support the Buyer with delivering new Digital Services, as well as, managing existing and new live services as a Managed Service, as required.",
                "contractPeriod": {
                    "durationInDays": 1800
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "038293-2026-C2628-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-00947968",
                    "name": "CGI IT UK Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-180826",
            "name": "Minister for the Cabinet Office",
            "identifier": {
                "legalName": "Minister for the Cabinet Office",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "70 Whitehall",
                "locality": "London",
                "region": "UKI32",
                "postalCode": "SW1A2AS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "professionalservices@cabinetoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/cabinet-office"
            }
        },
        {
            "id": "GB-COH-00947968",
            "name": "CGI IT UK Limited",
            "identifier": {
                "legalName": "CGI IT UK Limited",
                "id": "00947968",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "London,",
                "region": "UK",
                "countryName": "United Kingdom",
                "streetAddress": "20 Fenchurch Street (14th Floor)",
                "postalCode": "EC3M 3BY"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-180827",
            "name": "Minister for the Cabinet Office",
            "identifier": {
                "legalName": "Minister for the Cabinet Office"
            },
            "address": {
                "streetAddress": "70 Whitehall",
                "locality": "London",
                "postalCode": "SW1A 2AS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-180826",
        "name": "Minister for the Cabinet Office"
    },
    "contracts": [
        {
            "id": "038293-2026-C2628-1",
            "awardID": "038293-2026-C2628-1",
            "status": "active",
            "value": {
                "amount": 150000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-02-21T00:00:00Z",
            "period": {
                "durationInDays": 1800
            },
            "items": [
                {
                    "id": "1",
                    "classification": {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UK"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "1",
                    "description": "The modification to the Call Off Contract is to amend the maximum Contract Value.",
                    "rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: The modification to the Call Off Contract is being made under two grounds as provided for within Regulation 72 of the Public Contract Regulations 2015, as detailed below: Ground 1 - Regulation 72(1)(b) which permits modifications that are necessary and a change of contractor cannot be made for economic or technical reasons and the change would cause significant inconvenience or duplication of costs for Cabinet Office provided that any increase in value does not exceed 50% of the original contract value. Due to the need for IT professional services related to the Infected Blood Compensation Authority's (IBCA) establishment, refinement and operation of their digital service and data platform, which are required to be delivered at pace to fulfil the legal obligations of that body, additional services are required from the existing contractor, for interoperability and continuity reasons. As the existing contractor has built the digital service and data platform specifically for IBCA - to move to another supplier at this stage would cause significant delays to the programme and a risk that IBCA's obligations and functions could not be fulfilled during the transition to a new supplier. IBCA requires access to these services quickly to meet Ministerial public commitments, and also to cater for changes to the Infected Blood Compensation Scheme Regulations. This is why the Contracting Authority does not have time to re-compete and transition the services. Running a new procurement would result in significant inconvenience due to the disruption to IBCA's activities Ground 2 - Regulation 72(1)(e), the modification to the Contract is not substantial. The uplift to the maximum contract value would result in more of the same types of services being provided under the Call Off Contract, therefore the Call Off Contract is not materially different in nature. There is no change in the economic balance of the Call Off Contract, as the existing contractor is not being paid more for the same volume of services, it is only that they are providing a greater volume."
                }
            ]
        }
    ],
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:999999-2099:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}