Contract

YPO - 001126 - Cloud Services, Data Centre Management and Transformation Solutions

  • YPO
  • Association of North East Councils, trading as the North East Procurement Organisation (NEPO)

F03: Contract award notice

Notice identifier: 2024/S 000-001815

Procurement identifier (OCID): ocds-h6vhtk-0330f6

Published 18 January 2024, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

YPO

41 Industrial Park

Wakefield

WF2 0XE

Contact

Contracts Team

Email

Contracts@ypo.co.uk

Telephone

+44 01924664685

Country

United Kingdom

Region code

UKE45 - Wakefield

Internet address(es)

Main address

http://www.ypo.co.uk/

Buyer's address

https://procontract.due-north.com/register?ReadForm

one.1) Name and addresses

Association of North East Councils, trading as the North East Procurement Organisation (NEPO)

Northern Design Centre, Abbots Hill, Baltic Business Quarter,

Gateshead

NE8 3DF

Contact

Nick McDonald

Email

nick.mcdonald@nepo.org

Country

United Kingdom

Region code

UKC - North East (England)

Internet address(es)

Main address

www.nepo.org

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

YPO - 001126 - Cloud Services, Data Centre Management and Transformation Solutions

Reference number

001126

two.1.2) Main CPV code

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

two.1.3) Type of contract

Services

two.1.4) Short description

YPO is the lead Public Sector Buying Organisation for this Framework Agreement working in

collaboration with NEPO. YPO are looking for Providers to be appointed onto a Framework

Agreement for the provision of Cloud Services, Data Centre Management and

Transformation Solutions. YPO’s intention is to create a compliant route to market for our

customers and also the awarded Suppliers. It is to enable the public sector a route to cloud

and datacentre solutions from one Framework with an array of Suppliers and offerings.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £120,000,000

two.2) Description

two.2.1) Title

Lot 1 - Cloud Hosting Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 30211200 - Mainframe hardware
  • 30212000 - Minicomputer hardware
  • 30215000 - Microcomputer hardware
  • 44316400 - Hardware
  • 48211000 - Platform interconnectivity software package
  • 48216000 - Network connectivity terminal emulation software package
  • 48221000 - Internet browsing software package
  • 48610000 - Database systems
  • 48732000 - Data security software package
  • 50312300 - Maintenance and repair of data network equipment
  • 50312310 - Maintenance of data network equipment
  • 50312320 - Repair of data network equipment
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72212600 - Database and operating software development services
  • 72212732 - Data security software development services
  • 72300000 - Data services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 is for the provision of standard cloud compute requirements and ready to deploy

solutions, provided ‘as a service model’, via a Cloud Infrastructure Service Provider (CISP) or

certified reseller.

The purpose of this Lot is to put in place a route for Contracting Authorities to buy their

Infrastructure as a Service (IaaS) and Platform as a Service (PaaS) requirements, for hosting

their applications in the cloud. The Contracting Authority will use the Providers cloud

platform to store and process their data requirements on demand, without the need for

capital hardware or additional cloud support services.

two.2.5) Award criteria

Quality criterion - Name: Non-Cost (Quality) / Weighting: 55%

Quality criterion - Name: Social Value/Sustainability / Weighting: 15%

Cost criterion - Name: Cost / Weighting: 30%

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will cover the period from 11 January 2024 – 10th January

2026 with the option of 1 x 24 months extension to 10 January 2028, after the initial two

years. The decision to extend the Framework period will be taken by the end of June 2025

and will be dependent on satisfactory completion of all aspects of the Framework to date,

the current market conditions for this category and YPO’s contracting structures. Suppliers

will be made aware of the decision to take extensions 3 months prior. The maximum contract

period will therefore be 4 years, from 11 January 2024 – 10th January 2028.

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 2 - Cloud Support Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 30210000 - Data-processing machines (hardware)
  • 30211200 - Mainframe hardware
  • 30212000 - Minicomputer hardware
  • 30215000 - Microcomputer hardware
  • 44316400 - Hardware
  • 48216000 - Network connectivity terminal emulation software package
  • 48221000 - Internet browsing software package
  • 48610000 - Database systems
  • 48612000 - Database-management system
  • 48613000 - Electronic data management (EDM)
  • 48732000 - Data security software package
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72150000 - Computer audit consultancy and hardware consultancy services
  • 72212211 - Platform interconnectivity software development services
  • 72212216 - Network connectivity terminal emulation software development services
  • 72212451 - Enterprise resource planning software development services
  • 72212600 - Database and operating software development services
  • 72212610 - Database software development services
  • 72228000 - Hardware integration consultancy services
  • 72251000 - Disaster recovery services
  • 72300000 - Data services
  • 72311100 - Data conversion services
  • 72312100 - Data preparation services
  • 72315000 - Data network management and support services
  • 72315100 - Data network support services
  • 72322000 - Data management services
  • 72400000 - Internet services
  • 72800000 - Computer audit and testing services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2 is for the provision of Cloud Support Services which assist customers with supportive

cloud services to build, manage, develop, maintain and/or modernise their cloud

environment and deliver desired outcomes.

This Lot covers all the cloud utilities available within Lot 1 – Cloud Hosting, but with

additional service wrap support such as deployment and management of a cloud

environment to allow Contracting Authorities to procure within a single Lot.

two.2.5) Award criteria

Quality criterion - Name: Non-Cost (Quality) / Weighting: 55%

Quality criterion - Name: Social Value/Sustainability / Weighting: 15%

Cost criterion - Name: Cost / Weighting: 30%

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will cover the period from 11 January 2024 – 10th January

2026 with the option of 1 x 24 months extension to 10 January 2028, after the initial two

years. The decision to extend the Framework period will be taken by the end of June 2025

and will be dependent on satisfactory completion of all aspects of the Framework to date,

the current market conditions for this category and YPO’s contracting structures. Suppliers

will be made aware of the decision to take extensions 3 months prior. The maximum contract

period will therefore be 4 years, from 11 January 2024 – 10th January 2028.

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 3 - Cloud and Hybrid Transformation Solutions

Lot No

3

two.2.2) Additional CPV code(s)

  • 30211200 - Mainframe hardware
  • 30212000 - Minicomputer hardware
  • 30215000 - Microcomputer hardware
  • 32260000 - Data-transmission equipment
  • 32580000 - Data equipment
  • 44316400 - Hardware
  • 48216000 - Network connectivity terminal emulation software package
  • 48221000 - Internet browsing software package
  • 48612000 - Database-management system
  • 48613000 - Electronic data management (EDM)
  • 48732000 - Data security software package
  • 51611100 - Hardware installation services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72212600 - Database and operating software development services
  • 72212732 - Data security software development services
  • 72300000 - Data services
  • 79415200 - Design consultancy services
  • 79933000 - Design support services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3 is for the provision of an end-to-end cloud and hybrid transformation solutions, which

are designed to assist and support a Contracting Authority with their cloud and data

strategy, from initial point of discovery and analysis, through to end service delivery and

management.

The purpose of this Lot is for the Contracting Authority to align with a strategic service

Provider who will collaborate with the Contracting Authority throughout their transformation

project, no matter the size of the requirement, or length of the journey, to successfully

migrate their services to the right workload for their environment.

two.2.5) Award criteria

Quality criterion - Name: Non-Cost (Quality) / Weighting: 55%

Quality criterion - Name: Social Value/Sustainability / Weighting: 15%

Cost criterion - Name: Cost / Weighting: 30%

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will cover the period from 11 January 2024 – 10th January

2026 with the option of 1 x 24 months extension to 10 January 2028, after the initial two

years. The decision to extend the Framework period will be taken by the end of June 2025

and will be dependent on satisfactory completion of all aspects of the Framework to date,

the current market conditions for this category and YPO’s contracting structures. Suppliers

will be made aware of the decision to take extensions 3 months prior. The maximum contract

period will therefore be 4 years, from 11 January 2024 – 10th January 2028.

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 4 - Data Centre Solutions, Design & Build

Lot No

4

two.2.2) Additional CPV code(s)

  • 22314000 - Designs
  • 31120000 - Generators
  • 31156000 - Interruptible power supplies
  • 31161200 - Gas cooling systems
  • 31174000 - Power supply transformers
  • 31625100 - Fire-detection systems
  • 31682510 - Emergency power systems
  • 35111500 - Fire suppression system
  • 39151100 - Racking
  • 42000000 - Industrial machinery
  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 45000000 - Construction work
  • 50532400 - Repair and maintenance services of electrical distribution equipment
  • 51000000 - Installation services (except software)
  • 71220000 - Architectural design services
  • 71311300 - Infrastructure works consultancy services
  • 71316000 - Telecommunication consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71334000 - Mechanical and electrical engineering services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 79212000 - Auditing services
  • 79932000 - Interior design services
  • 79933000 - Design support services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 4 is for the provision of Data Centre Solutions, incorporating design and build, to assist

Contracting Authority’s with the planning, development and/or enhancement of their

current or future environment(s).

The Provider/s must be able to assist with on or off premise infrastructure providing a range

of data centre solutions including but not limited to new build, refurbishment of existing

structures, environment upgrades, modular, prefabricated and micro data centres (such as

but not limited to server rooms).

two.2.5) Award criteria

Quality criterion - Name: Non-Cost (Quality) / Weighting: 55%

Quality criterion - Name: Social Value/Sustainability / Weighting: 15%

Cost criterion - Name: Cost / Weighting: 30%

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will cover the period from 11 January 2024 – 10th January

2026 with the option of 1 x 24 months extension to 10 January 2028, after the initial two

years. The decision to extend the Framework period will be taken by the end of June 2025

and will be dependent on satisfactory completion of all aspects of the Framework to date,

the current market conditions for this category and YPO’s contracting structures. Suppliers

will be made aware of the decision to take extensions 3 months prior. The maximum contract

period will therefore be 4 years, from 11 January 2024 – 10th January 2028.

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 5 - Data Centre Maintenance & Support

Lot No

5

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31700000 - Electronic, electromechanical and electrotechnical supplies
  • 33158000 - Electrical, electromagnetic and mechanical treatment
  • 35111500 - Fire suppression system
  • 39151100 - Racking
  • 42000000 - Industrial machinery
  • 42500000 - Cooling and ventilation equipment
  • 44175000 - Panels
  • 44482000 - Fire-protection devices
  • 45314300 - Installation of cable infrastructure
  • 45314320 - Installation of computer cabling
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45317300 - Electrical installation work of electrical distribution apparatus
  • 45331230 - Installation work of cooling equipment
  • 45343210 - CO2 fire-extinguishing equipment installation work
  • 50312300 - Maintenance and repair of data network equipment
  • 50312310 - Maintenance of data network equipment
  • 50532400 - Repair and maintenance services of electrical distribution equipment
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 51000000 - Installation services (except software)
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51611100 - Hardware installation services
  • 71311300 - Infrastructure works consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71334000 - Mechanical and electrical engineering services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72100000 - Hardware consultancy services
  • 72210000 - Programming services of packaged software products
  • 72228000 - Hardware integration consultancy services
  • 79212000 - Auditing services
  • 79415200 - Design consultancy services
  • 79933000 - Design support services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Under Lot 5 the Contracting Authority will be buying Data Centre Maintenance and Support

with the operational services associated. The service Provider shall provide guidance to the

Contracting Authority where appropriate, on the type of services best suited to their

requirements within the remit of this Lot.

two.2.5) Award criteria

Quality criterion - Name: Non-Cost (Quality) / Weighting: 55%

Quality criterion - Name: Social Value/Sustainability / Weighting: 15%

Cost criterion - Name: Cost / Weighting: 30%

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will cover the period from 11 January 2024 – 10th January

2026 with the option of 1 x 24 months extension to 10 January 2028, after the initial two

years. The decision to extend the Framework period will be taken by the end of June 2025

and will be dependent on satisfactory completion of all aspects of the Framework to date,

the current market conditions for this category and YPO’s contracting structures. Suppliers

will be made aware of the decision to take extensions 3 months prior. The maximum contract

period will therefore be 4 years, from 11 January 2024 – 10th January 2028.

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 6 - Colocation Services

Lot No

6

two.2.2) Additional CPV code(s)

  • 30210000 - Data-processing machines (hardware)
  • 31120000 - Generators
  • 31156000 - Interruptible power supplies
  • 31161200 - Gas cooling systems
  • 31174000 - Power supply transformers
  • 31625100 - Fire-detection systems
  • 31682510 - Emergency power systems
  • 32260000 - Data-transmission equipment
  • 32580000 - Data equipment
  • 35111500 - Fire suppression system
  • 39151100 - Racking
  • 42000000 - Industrial machinery
  • 42500000 - Cooling and ventilation equipment
  • 44175000 - Panels
  • 44316400 - Hardware
  • 44482000 - Fire-protection devices
  • 45314300 - Installation of cable infrastructure
  • 45314320 - Installation of computer cabling
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45317300 - Electrical installation work of electrical distribution apparatus
  • 45331230 - Installation work of cooling equipment
  • 45343210 - CO2 fire-extinguishing equipment installation work
  • 48216000 - Network connectivity terminal emulation software package
  • 48220000 - Internet and intranet software package
  • 48221000 - Internet browsing software package
  • 50312300 - Maintenance and repair of data network equipment
  • 50312310 - Maintenance of data network equipment
  • 50312320 - Repair of data network equipment
  • 50532300 - Repair and maintenance services of generators
  • 50532400 - Repair and maintenance services of electrical distribution equipment
  • 51000000 - Installation services (except software)
  • 51112000 - Installation services of electricity distribution and control equipment
  • 51700000 - Installation services of fire protection equipment
  • 71311300 - Infrastructure works consultancy services
  • 71316000 - Telecommunication consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71334000 - Mechanical and electrical engineering services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72251000 - Disaster recovery services
  • 72514100 - Facilities management services involving computer operation
  • 72800000 - Computer audit and testing services
  • 79212000 - Auditing services
  • 79415200 - Design consultancy services
  • 79933000 - Design support services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 6 is for the provision of colocation services, which allows a Contracting Authority to rent dedicated and lockable space for the housing of their existing IT equipment (such as servers

and associated hardware). The racks, cages and/or rooms, are housed at a colocation service

Providers data centre facility to host the Contracting Authorities services from an alternative

site to their own. A colocation facility can be utilised for a primary or secondary data centre.

two.2.5) Award criteria

Quality criterion - Name: Non-Cost (Quality) / Weighting: 55%

Quality criterion - Name: Social Value/Sustainability / Weighting: 15%

Cost criterion - Name: Cost / Weighting: 30%

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will cover the period from 11 January 2024 – 10th January

2026 with the option of 1 x 24 months extension to 10 January 2028, after the initial two

years. The decision to extend the Framework period will be taken by the end of June 2025

and will be dependent on satisfactory completion of all aspects of the Framework to date,

the current market conditions for this category and YPO’s contracting structures. Suppliers

will be made aware of the decision to take extensions 3 months prior. The maximum contract

period will therefore be 4 years, from 11 January 2024 – 10th January 2028.

two.2.13) Information about European Union Funds

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-017919


Section five. Award of contract

Contract No

001126

Lot No

1

Title

Lot 1 - Cloud Hosting Service

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 December 2023

five.2.2) Information about tenders

Number of tenders received: 12

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Amazon Web Services EMEA SARL, UK Branch

London

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Aspire Technology Solutions Limited

Gateshead

Country

United Kingdom

NUTS code
  • UKC2 - Northumberland and Tyne and Wear
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Centerprise International Limited

Basingstoke

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Daisy Corporate Services Trading Limited

NELSON

Country

United Kingdom

NUTS code
  • UKD41 - Blackburn with Darwen
The contractor is an SME

No

five.2.3) Name and address of the contractor

Digital Craftsmen Limited

LONDON

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Intercity Technology Limited

BIRMINGHAM

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Joskos Solutions Limited

LONDON

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Konica Minolta Business Solutions (UK) Limited

Basildon

Country

United Kingdom

NUTS code
  • UKH3 - Essex
The contractor is an SME

No

five.2.3) Name and address of the contractor

Phoenix Software Limited

Leatherhead

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
The contractor is an SME

No

five.2.3) Name and address of the contractor

Softcat PLC

Marlow

Country

United Kingdom

NUTS code
  • UKJ13 - Buckinghamshire CC
The contractor is an SME

No

five.2.3) Name and address of the contractor

Sota Solutions Limited

Sittingbourne

Country

United Kingdom

NUTS code
  • UKJ4 - Kent
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £120,000,000


Section five. Award of contract

Contract No

001126

Lot No

2

Title

Lot 2 - Cloud Support Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 December 2023

five.2.2) Information about tenders

Number of tenders received: 16

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Aspire Technology Solutions Ltd

Gateshead

Country

United Kingdom

NUTS code
  • UKC2 - Northumberland and Tyne and Wear
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Centerprise International Ltd

Basingstoke

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Daisy Corporate Services Trading Limited

NELSON

Country

United Kingdom

NUTS code
  • UKD41 - Blackburn with Darwen
The contractor is an SME

No

five.2.3) Name and address of the contractor

GCI Network Solutions Limited

WAKEFIELD

Country

United Kingdom

NUTS code
  • UKE45 - Wakefield
The contractor is an SME

No

five.2.3) Name and address of the contractor

Intercity Technology Ltd

BIRMINGHAM

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Joskos Solutions Limited

LONDON

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Konica Minolta Business Solutions (UK) Ltd

Basildon

Country

United Kingdom

NUTS code
  • UKH3 - Essex
The contractor is an SME

No

five.2.3) Name and address of the contractor

Phoenix Software Ltd

Leatherhead

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
The contractor is an SME

No

five.2.3) Name and address of the contractor

Prodyna UK Limited

LONDON

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Softcat Plc

Marlow

Country

United Kingdom

NUTS code
  • UKJ13 - Buckinghamshire CC
The contractor is an SME

No

five.2.3) Name and address of the contractor

Software One UK Ltd

BIRMINGHAM

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
The contractor is an SME

No

five.2.3) Name and address of the contractor

Sota Solutions Ltd

Sittingbourne

Country

United Kingdom

NUTS code
  • UKJ4 - Kent
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

TPX Impact Ltd

LONDON

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

VE3 Global Limited

LONDON

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Version 1 Solutions Ltd

BIRMINGHAM

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £120,000,000


Section five. Award of contract

Contract No

001126

Lot No

3

Title

Lot 3 - Cloud and Hybrid Transformation Solutions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 December 2023

five.2.2) Information about tenders

Number of tenders received: 17

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

BJSS Limited

LEEDS

Country

United Kingdom

NUTS code
  • UKE42 - Leeds
The contractor is an SME

No

five.2.3) Name and address of the contractor

GCI Network Solutions Limited

WAKEFIELD

Country

United Kingdom

NUTS code
  • UKE45 - Wakefield
The contractor is an SME

No

five.2.3) Name and address of the contractor

Intercity Technology Limited

BIRMINGHAM

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Joskos Solutions Limited

LONDON

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Phoenix Software Ltd

Leatherhead

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
The contractor is an SME

No

five.2.3) Name and address of the contractor

Softcat Plc

Marlow

Country

United Kingdom

NUTS code
  • UKJ13 - Buckinghamshire CC
The contractor is an SME

No

five.2.3) Name and address of the contractor

Software One UK Ltd

BIRMINGHAM

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
The contractor is an SME

No

five.2.3) Name and address of the contractor

Trustmarque Solutions Ltd

YORK

Country

United Kingdom

NUTS code
  • UKE21 - York
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

VE3 Global Limited

LONDON

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Version 1 Solutions Limited

BIRMINGHAM

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £120,000,000


Section five. Award of contract

Contract No

001126

Lot No

4

Title

Lot 4 - Data Centre Solutions, Design & Build

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 December 2023

five.2.2) Information about tenders

Number of tenders received: 9

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

2bm Limited

Chilwell

Country

United Kingdom

NUTS code
  • UKF1 - Derbyshire and Nottinghamshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Advanced Power Technology Limited

Ilkley

Country

United Kingdom

NUTS code
  • UKE41 - Bradford
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Daisy Corporate Services Trading Limited

NELSON

Country

United Kingdom

NUTS code
  • UKD41 - Blackburn with Darwen
The contractor is an SME

No

five.2.3) Name and address of the contractor

Keysource Limited

Gatwick

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Softcat Plc

Marlow

Country

United Kingdom

NUTS code
  • UKJ13 - Buckinghamshire CC
The contractor is an SME

No

five.2.3) Name and address of the contractor

Sudlows Ltd

Manchester

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Upnorth Engineering Services Limited

Gateshead

Country

United Kingdom

NUTS code
  • UKC22 - Tyneside
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Workspace Technology Ltd

Sutton Coldfield

Country

United Kingdom

NUTS code
  • UKG3 - West Midlands
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Secure IT Environments Limited

Biggleswade

Country

United Kingdom

NUTS code
  • UKH25 - Central Bedfordshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £120,000,000


Section five. Award of contract

Contract No

001126

Lot No

5

Title

Lot 5 - Data Centre Maintenance & Support

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 December 2023

five.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

2bm Limited

Chilwell

Country

United Kingdom

NUTS code
  • UKF1 - Derbyshire and Nottinghamshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Dalkia Facilities Limited

LONDON

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Keysource Limited

Gatwick

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Sudlows Ltd

Manchester

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Upnorth Engineering Services Limited

Gateshead

Country

United Kingdom

NUTS code
  • UKC22 - Tyneside
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £120,000,000


Section five. Award of contract

Contract No

001126

Lot No

6

Title

Lot 6 - Colocation Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 December 2023

five.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Aspire Technology Solutions Limited

Gateshead

Country

United Kingdom

NUTS code
  • UKC22 - Tyneside
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Daisy Corporate Services Trading Limited

NELSON

Country

United Kingdom

NUTS code
  • UKD41 - Blackburn with Darwen
The contractor is an SME

No

five.2.3) Name and address of the contractor

Intercity Technology Limited

BIRMINGHAM

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Keysource Limited

Gatwick

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Softcat Plc

Marlow

Country

United Kingdom

NUTS code
  • UKJ13 - Buckinghamshire CC
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £120,000,000


Section six. Complementary information

six.3) Additional information

YPO are purchasing on behalf of other contracting authorities. Please see the below link for

details: https://www.ypo.co.uk/about/customers/permissible-users

YPO will incorporate a standstill period at the point of notification of the award of the

contract is provided to all bidders. The standstill period will be for a minimum of 10 calendar

days and provides time for unsuccessful tenderers to challenge the award decision before

the contract is entered into. The Public Contract Regulations 2015 provide for aggrieved

parties who have been harmed or are at risk of harm by a breach of the rules to take action in

the High Court (England, Wales and Northern Ireland).

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom