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
Telephone
+44 3150103503
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Other activity
Public Procurement
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Cloud Compute
Reference number
RM6111
two.1.2) Main CPV code
- 72500000 - Computer-related services
two.1.3) Type of contract
Services
two.1.4) Short 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 identified at VI.3) (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. This will be a route to market for eligible user organisations to procure their scalable cloud hosting requirements as more specifically described in section II.2.4.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £750,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 30211100 - Super computer
- 30211300 - Computer platforms
- 48000000 - Software package and information systems
- 48211000 - Platform interconnectivity software package
- 48620000 - Operating systems
- 72212211 - Platform interconnectivity software development services
- 72212620 - Mainframe operating system software development services
- 72300000 - Data services
- 72310000 - Data-processing services
- 72311300 - Computer time-sharing services
- 72317000 - Data storage services
- 72322000 - Data management services
- 72416000 - Application service providers
- 72421000 - Internet or intranet client application development services
- 72422000 - Internet or intranet server application development services
- 72500000 - Computer-related services
- 72611000 - Technical computer support services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The main purpose of this Framework Agreement was to put in place a route for UK public sector organisations (Buyers) to buy their Infrastructure as a Service (IaaS) and Platform as a Service (PaaS) requirements directly from the owners of public cloud platforms (Suppliers).
The scope is necessarily restricted to ‘pure’ compute requirements which do not require additional services such as design, detailed configuration, tailoring or any ongoing management or professional services to assist with data migration in/out. The Services can most simply and usefully be thought of as a commodity ‘utility’ service where Buyers connect to and and use the Supplier’s platform and processing resources for their own requirements, subject to acceptable use policies and compliance with Law. Examples could include the development of new software applications or to manipulate large sets of data such as weather prediction or modelling medical scenarios, and particularly the ability for the services to be rapidly scalable at short notice.
This Framework Agreement will offer self-serve functionality to Buyers with the protection of appropriate and robust contract conditions which have been specially developed for this purpose.
Bidders were required to meet the following key requirements to have participated in the procurement of this Framework Agreement:
1. Full and exclusive control of the infrastructure which underpins the platform used to provide the Services
2. They must use the Public Cloud Deployment Model here: https://nvlpubs.nist.gov/nistpubs/Legacy/SP/nistspecialpublication800-145.pdf to provide the Services
3. They must be capable of providing the Services primarily from within the UK (where specifically required by Buyers)
4. They must be able to offer a platform availability of 99.9% across an all day every day baseline
5. They must provide one example of a contract where you have delivered services using the Public Cloud Deployment Model to a customer organisation (public or private sector) in Europe during the last three years
Please refer to Framework Schedule 2 (Services) for the full scope of the Services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Quality criterion - Name: Price / Weighting: 10
Price - Weighting: 100
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
With reference to II.2.7 please note the duration of the Framework Agreement will be a maximum of 48 months, with the first term being 24 months, with a possible extension of 2 (two) 12-month periods.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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: 2020/S 237-586978
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 May 2021
five.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
AWS EMEA SARL
1 Principal Place, Worship Street
London
EC2A 2FA
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £750,000,000
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 May 2021
five.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Fordway Solutions Ltd
Godalming
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £750,000,000
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 May 2021
five.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Frontier Technology Ltd
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £750,000,000
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 May 2021
five.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Google Commerce Ltd.
Dublin
Country
Ireland
NUTS code
- IE0 - Ireland
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £750,000,000
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 May 2021
five.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
IBM United Kingdom Limited
Portsmouth
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £750,000,000
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 May 2021
five.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Microsoft Limited
Reading
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £72,500,000
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 May 2021
five.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Oracle Corporation UK Ltd
Reading
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £750,000,000
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 May 2021
five.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
UKCloud Ltd
Corsham
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £750,000,000
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 May 2021
five.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
UKFast.Net Limited
Manchester
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £750,000,000
Section six. Complementary information
six.3) Additional information
The value provided in Section II.1.7 is only an estimate. We cannot
guarantee to suppliers any business through this Commercial
Agreement.
As part of this contract award notice the following can be accessed at:
https://www.contractsfinder.service.gov.uk/Notice/bf6933db-6025-4eea-b9de-24b2041bfdbc
1) Redacted Commercial Agreement;
2) List of Successful Suppliers;
3) Customer list
On 2.4.2014 Government introduced its Government Security
Classifications (GSC) scheme which replaced Government Protective
Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement.
This link provides information on the GSC at:
https://www.gov.uk/government/publications/government-security-
classifications
Cyber Essentials is a mandatory requirement for Central Government
contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
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
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom