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.

Contract Notice

G-Cloud 14 (Lots 1-3)

  • First published: 20 February 2024
  • Last modified: 20 February 2024

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-043b03
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
20 February 2024
Deadline date:
07 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Cloud hosting services sold through G-Cloud are cloud platform or infrastructure Services that can help buyers do at least one of the following:

Deploy, manage and run software, provision and use processing, storage or networking resources.

Buyers only need to pay for what they use. The G-Cloud cloud hosting Lot is equivalent to the National Institute of Standards and Technology (NIST) definitions of ‘Platform as a Service’ and ‘Infrastructure as a Service’: http://nvlpubs.nist.gov/nistpubs/Legacy/SP/nistspecialpublication800-145.pdf

G-Cloud cloud hosting Suppliers will provide services in at least one of these categories:

Archiving, backup and disaster recovery

Compute and application hosting

Container service

Content delivery network

Cyber security

Database

Data warehousing

NoSQL database

Relational database

Load balancing

Logging and analysis

Message queuing and processing

Networking (including Network as a Service)

Platform as a Service (PaaS)

Infrastructure and platform security

Distributed denial of service attack (DDOS) protection

Firewall

Service intrusion detection

Protective monitoring

Search

Storage

Block storage

Object storage.

This Lot is for Direct Award only. No Further Competition is permissible.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, 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

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.applytosupply.digitalmarketplace.service.gov.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.applytosupply.digitalmarketplace.service.gov.uk/


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

G-Cloud 14 (Lots 1-3)

Reference number: RM1557.14

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Crown Commercial Service as the Contracting Authority is putting in place a Framework Agreement for use by UK public sector bodies identified at VI.3 in the Contract Notice (and any future successors to these organisations), which include Central Government Departments and their arm’s length bodies and agencies, non-departmental public bodies, British Overseas Territories, and Crown Dependencies, NHS bodies, local authorities and universities.

The maximum initial duration of any Call-Off Contract that may be placed by eligible Contracting Authorities is up to 36 months with an optional extension of 12 months

II.1.5) Estimated total value

Value excluding VAT: 6 500 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

II.2) Description

Lot No: 1

II.2.1) Title

Cloud Hosting

II.2.2) Additional CPV code(s)

72300000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Cloud hosting services sold through G-Cloud are cloud platform or infrastructure Services that can help buyers do at least one of the following:

Deploy, manage and run software, provision and use processing, storage or networking resources.

Buyers only need to pay for what they use. The G-Cloud cloud hosting Lot is equivalent to the National Institute of Standards and Technology (NIST) definitions of ‘Platform as a Service’ and ‘Infrastructure as a Service’: http://nvlpubs.nist.gov/nistpubs/Legacy/SP/nistspecialpublication800-145.pdf

G-Cloud cloud hosting Suppliers will provide services in at least one of these categories:

Archiving, backup and disaster recovery

Compute and application hosting

Container service

Content delivery network

Cyber security

Database

Data warehousing

NoSQL database

Relational database

Load balancing

Logging and analysis

Message queuing and processing

Networking (including Network as a Service)

Platform as a Service (PaaS)

Infrastructure and platform security

Distributed denial of service attack (DDOS) protection

Firewall

Service intrusion detection

Protective monitoring

Search

Storage

Block storage

Object storage.

This Lot is for Direct Award only. No Further Competition is permissible.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 1 000 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

All compliant Applicants will be awarded a place on Lot 1

The duration of the Framework is 18 months.

The maximum initial duration of any Call-Off Contract that may be placed by eligible Contracting Authorities is up to 36 months with an optional extension of 12 months

Lot No: 2

II.2.1) Title

Cloud Software

II.2.2) Additional CPV code(s)

48000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Cloud Software Services sold through G-Cloud are applications that are accessed over the internet and hosted in the cloud. Buyers only need to pay for what they use.

The G-Cloud cloud software Lot is equivalent to the National Institute of Standards and Technology (NIST) definition of Software as a Service: http://nvlpubs.nist.gov/nistpubs/Legacy/SP/nistspecialpublication800-145.pdf

G-Cloud cloud software Suppliers will provide cloud software services in at least one of these categories:

Accounting and finance

Analytics and business intelligence

Application security

Collaborative working

Creative, design and publishing

Customer relationship management (CRM)

Cyber security

Electronic document and records management (EDRM)

Healthcare

Human resources and employee management

Information and communication technology (ICT)

Legal and enforcement

Marketing

Operations management

Project management and planning

Sales

Schools, education and libraries

Software development tools

Transport and logistics

This Lot is for Direct Award only. No Further Competition is permissible.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 1 750 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

All compliant Applicants will be awarded a place on Lot 2

The duration of the Framework is 18 months.

The maximum initial duration of any Call-Off Contract that may be placed by eligible Contracting Authorities is up to 36 months with an optional extension of 12 months

Lot No: 3

II.2.1) Title

Cloud Support

II.2.2) Additional CPV code(s)

72500000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Planning - the provision of planning services to enable customers to move to cloud software and/or hosting services;

Setup and Migration- the provision of setup and migration services which involves the process of consolidating and transferring a collection of workloads. Workloads can include emails, files, calendars,document types, related metadata, instant messages, applications, user permissions, compound structure and linked components;

Security services - Maintain the confidentiality, integrity and availability of services and information, and protect services against threats;

Quality assurance and performance testing - Continuously ensure that a service does what it’s supposed to do to meet user needs efficiently and reliably;

Training; and Ongoing support - Support user needs by providing help before, during and after service delivery

This Lot is for Direct Award only. No Further Competition is permissible.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 3 750 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

All compliant Applicants will be awarded a place on Lot 3

The duration of the Framework is 18 months.

The maximum initial duration of any Call-Off Contract that may be placed by eligible Contracting Authorities is up to 36 months with an optional extension of 12 months

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT).

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 07/05/2024

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 07/05/2024

IV.2.7) Conditions for opening of tenders

Date: 07/05/2024

Local time: 15:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

As part of this contract notice the following documents can be accessed at:

https://www.contractsfinder.service.gov.uk/Notice/9637a011-f05e-4fce-a4b9-e5fd98321150

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that the Government collects, stores, processes, generates or shares to deliver services and conduct business.

Some purchases under this Framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the Framework within the invitation to tender documentation). In such cases, Call-Offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-Off Contracts to reflect that buyer’s specific needs.

Registering for access:

This procurement will be managed electronically via the Digital Marketplace. This will be the route for sharing all information and communicating with Applicants.

For assistance relating to how to log in to Digital Marketplace please contact the Crown Commercial Service service desk operated by email at cloud_digital@crowncommercial.gov.uk

VI.4) Procedures for review

VI.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

URL: https://www.crowncommercial.gov.uk/

VI.5) Date of dispatch of this notice

19/02/2024

Coding

Commodity categories

ID Title Parent category
72500000 Computer-related services IT services: consulting, software development, Internet and support
72300000 Data services IT services: consulting, software development, Internet and support
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
48000000 Software package and information systems Computer and Related Services

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.