Opportunity

G-Cloud 14 (Lots 1-3)

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F02: Contract notice

Notice reference: 2024/S 000-005327

Published 19 February 2024, 9:59am



Section one: Contracting authority

one.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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

G-Cloud 14 (Lots 1-3)

Reference number

RM1557.14

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

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

two.1.5) Estimated total value

Value excluding VAT: £6,500,000,000

two.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

two.2) Description

two.2.1) Title

Cloud Hosting

Lot No

1

two.2.2) Additional CPV code(s)

  • 72300000 - Data services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £1,000,000,000

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

Duration in months

18

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.2.14) 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

two.2) Description

two.2.1) Title

Cloud Software

Lot No

2

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £1,750,000,000

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

Duration in months

18

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.2.14) 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

two.2) Description

two.2.1) Title

Cloud Support

Lot No

3

two.2.2) Additional CPV code(s)

  • 72500000 - Computer-related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £3,750,000,000

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

Duration in months

18

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.2.14) 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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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).

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

Framework agreement with several operators

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

Date

7 May 2024

Local time

3:00pm

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

English

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

Tender must be valid until: 7 May 2024

four.2.7) Conditions for opening of tenders

Date

7 May 2024

Local time

3:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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

six.4) Procedures for review

six.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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Internet address

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