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
Region 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.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 13
Reference number
RM1557.13
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 has put in place a 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, 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 an eligible contracting authorities is 36 months with one extension allowed, up to 12 months. G-Cloud services, available via the digital platform, will require frequent procurement refreshes to bring on new suppliers and services. The framework agreement initial duration is for 14 months (6th September 2022 to 8th November 2023); however the Contracting Authority reserves the right to extend the duration of this framework agreement for any period up to a maximum of Twelve (12) months from the expiry of the initial term.
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: £4,000,000,000
two.2) Description
two.2.1) Title
Cloud Hosting
Lot No
1
two.2.2) Additional CPV code(s)
- 72300000 - Data services
- 72400000 - Internet 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
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
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) 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
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
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) Description
two.2.1) Title
Cloud Support
Lot No
3
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
- 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
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
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
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: 2022/S 000-006385
four.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
6 September 2022
five.2.2) Information about tenders
Number of tenders received: 999
Number of tenders received from SMEs: 999
Number of tenders received by electronic means: 999
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
See Contracts Finder Notice for full supplier list
9th Floor, The Capital, Old Hall Street.
Liverpool
L3 9PP
Telephone
+44 3450103503
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)
Initial estimated total value of the contract/lot: £4,000,000,000
Total value of the contract/lot: £4,000,000,000
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//b962e6b7-d24f-4d56-b847-76e7d0aa455c
1) Redacted Commercial Agreement
2) List of Successful Suppliers
3) Approved Customer list
4) Transparency Agenda
On 02/04/2014, 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.
G Cloud 13 was awarded on 6th September 2022 and went live on the Contract Award Service (CAS) on 9th November 2022 therefore the initial Framework period is for 14 months.
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
Liverpool
SS2 6ER
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