Awarded contract

G-Cloud 13 Lot 4

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

F03: Contract award notice

Notice reference: 2022/S 000-036514

Published 23 December 2022, 11:55am



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 3150103503

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.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 Lot 4

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

Lot 4 is designed for customers to further compete their requirements for Cloud Support Services to help them transition to cloud software or hosting services, as per the following categories:

Suppliers have capability to provide services in all of the following capabilities;

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

Ongoing support - Support user needs by providing help before, during and after service delivery.

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: £1,000,000,000

two.2) Description

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

Suppliers have capability to provide services in all of the following capabilities;

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

Ongoing support - Support user needs by providing help before, during and after service delivery.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

The professionals used in the delivery of these services must align with the SFIA role profiles.

This lot is for further competition only and no Direct Award is permissible.


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 000-006384


Section five. Award of contract

Lot No

4

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 November 2022

five.2.2) Information about tenders

Number of tenders received: 191

Number of tenders received from SMEs: 108

Number of tenders received by electronic means: 191

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

A full list of successful suppliers can be found on Contracts Finder

A full list of successful suppliers can be found on Contracts Finder

A full list of successful suppliers can be found on Contracts Finder

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

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: £1,000,000,000


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/9dc04c79-6911-4360-8b0f-d73b25b56536

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.

CCS reserved the right to award a framework to any bidder whose final score was within 1% of the last position. For Lot 4, forty-one (41) suppliers were awarded a place as opposed to the number of forty (40) as was originally stated in the Contract Notice that was published on 08/03.2022

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