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 3454102222
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
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 has put 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.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,305,000,000
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.2.11) 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
12 Suppliers were awarded a place on Lot 1.
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.2.11) 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 were successful on Lot 1 will be eligible to be resold by Lot 2 Suppliers. 39 Suppliers were awarded a place on Lot 2.
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.2.11) 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
78 Suppliers were awarded a place on Lot 3.
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.2.11) 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
10 Suppliers were awarded a place on Lot 4.
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: 2023/S 000-020974
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
28 November 2023
five.2.2) Information about tenders
Number of tenders received: 123
Number of tenders received from tenderers from other EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 90
Number of tenders received by electronic means: 123
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
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: £1,305,000,000
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/dd2358eb-2fb0-4eba-b303-77d39054f75f.
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.
For Lot 1,2,3 and 4. 39 suppliers were awarded a place as opposed to the 30 suppliers as was originally stated in the Contract Notice that was published on 30/06/2023.
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 3454102222
Country
United Kingdom
Internet address
https://www.crowncommercial.gov.uk/
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 3454102222
Country
United Kingdom