Awarded contract

Cloud Compute

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

F03: Contract award notice

Notice reference: 2021/S 000-011421

Published 21 May 2021, 10:45pm



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

info@crowncommercial.gov.uk

Telephone

+44 3150103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

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

Email

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

Email

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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom