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
supplier@crowncommercial.gov.uk
Telephone
+44 3150103503
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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://crowncommercialservice.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://crowncommercialservice.bravosolution.co.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
Cloud Compute 2
Reference number
RM6292
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 (CCS) as the Authority is putting in place an agreement for the provision of public cloud computing as a multi-Lot, multi-supplier framework agreement, available for use by those potential Buyers listed in the Contract Notice. These are UK public sector bodies and future successor organisations, which includes (but is not limited to): Central Government Departments and their arm’s length bodies and agencies; the wider public sector; and third sector e.g. public sector or third sector organisations in local government, health, education, police, fire and rescue, housing associations and charities.
Buyers will be able to fulfil their public cloud computing needs directly from core cloud service suppliers or choose to fulfil their requirements indirectly through resellers who will also make available additional value-adding ancillary services that support the customer’s adoption, usage or optimisation of the core cloud services.
This framework agreement also makes available professional services that will provide Buyers with specific enabling work which is short-term in nature and leaves the Buyer in a more capable state than before.
two.1.5) Estimated total value
Value excluding VAT: £1,305,000,000
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: 4
two.2) Description
two.2.1) Title
Core Services
Lot No
1
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
- 48700000 - Software package utilities
- 72000000 - IT services: consulting, software development, Internet and support
- 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
- 72600000 - Computer support and consultancy services
- 72611000 - Technical computer support 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
Core Services including integrated feature-rich “IaaS” and “PaaS” services delivered via the public internet and/or other UK government approved network by suppliers in sole control of their infrastructure.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Price - Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £670,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 36 months with the option to extend by 12 months.
CCS reserve the right to extend Lots by varying durations
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 Bidders who meet the Quality Threshold, as stated in Attachment 2 - How to bid, will be awarded a place on Lot 1.
Additional information can be found within the Bid Pack.
two.2) Description
two.2.1) Title
Value Added Ancillary Services
Lot No
2
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
- 48700000 - Software package utilities
- 72000000 - IT services: consulting, software development, Internet and support
- 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
- 72600000 - Computer support and consultancy services
- 72611000 - Technical computer support 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
Value-Added Ancillary Services including cloud optimisation, economic management of the Core Services and transition away from legacy technology.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Price - Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £450,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 36 months with the option to extend by 12 months.
CCS reserve the right to extend lots by varying durations
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
Only the services of Cloud Service Suppliers who are successful on Lot 1 will be eligible to be resold by Lot 2 Suppliers.
Additional information can be found within the Bid Pack.
30 (thirty) Bidders will be awarded a place on Lot 2, subject to the 1% rule as detailed in section 12.2 of Attachment 2 - How to Bid.
two.2) Description
two.2.1) Title
Professional Services
Lot No
3
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
- 72300000 - Data services
- 72500000 - Computer-related services
- 72600000 - Computer support and consultancy services
- 72611000 - Technical computer support 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
Professional Services including consultancy, training, cloud auditing, strategy development and road mapping.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Price - Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £85,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 36 months with the option to extend by 12 months.
CCS reserve the right to extend lots by varying durations
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
60 (sixty) Bidders will be awarded a place on Lot 3, subject to the 5% rule as detailed in section 12.2 of Attachment 2 - How to Bid.
two.2) Description
two.2.1) Title
Cloud Secure+
Lot No
4
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
- 48700000 - Software package utilities
- 72000000 - IT services: consulting, software development, Internet and support
- 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
- 72600000 - Computer support and consultancy services
- 72611000 - Technical computer support 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
Cloud Secure+, including value-added ancillary services and Professional Services suitable for UK Secret requirements according to NCSC higher security classification.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Price - Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £100,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 36 months with the option to extend by 12 months.
CCS reserve the right to extend lots by varying durations
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 Bidders who meet the Quality Threshold, as stated in Attachment 2 - How to bid, will be awarded a place on Lot 4.
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) registering for access.
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 August 2023
Local time
2:59pm
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: 2 February 2024
four.2.7) Conditions for opening of tenders
Date
7 August 2023
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
As part of this contract notice the following documents can be accessed at:
https://www.contractsfinder.service.gov.uk/Notice/7f583b3e-5ed3-4748-8093-52e1282e84ea
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 Government collects, stores, processes, generates or shares to deliver services and conduct business.
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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
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.
CCS reserves the right to award a framework to any Bidder whose final score is within 1% of the last position for Lot 2, and within 5% for Lot 3.
There is no limit to the number of Bidders who can be successful in Lots 1 and 4.
CCS intends to host a webinar following the launch of the procurement. This will take place on 7th July 2023. If you are interested in attending the webinar session please express your interest by emailing rm6111@crowncommercial.gov.uk and further details will be provided to you via the eSourcing tool. The webinar is being hosted by the current Cloud Compute (RM6111) team. Your email must clearly state the name of your organisation and contact details for the individual(s) who will attend the webinar. Registration details will be sent to the email address provided when registering interest.
Registering for access:
This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
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